Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 22,1996 PSA#1557

Manufacturing Technology Directorate, Wright-Patterson AFB OH 45433- 7405

A -- A--DEFENSE PRODUCTION ACT TITANIUM METAL MATRIX COMPOSITE (TI MMC) PRODUCTION CAPABITITY (PART 2 OF 2 PARTS) SOL BAA NO. 96-01-MTPD POC Contact Willa Eichelman, Procurement Contracting Officer, 513-255- 9665, ext 225. (PART 2 OF 2 PARTS) (2) Cost Proposal: The cost proposal shall be prepared in accordance with FAR 15.804-6 and shall include a Standard Form 1411, Contract Pricing Proposal Cover Sheet, with all supporting data, in order to allow for a complete review by the Government. The cost proposal shall include all supporting information including breakdown of labor hours by category, materials, travel, computer, subcontracting, and other direct and indirect costs. A summary page showing the total for each category by phase and cost proposal page references should be included. An analysis of each major subcontractor must be performed by the offeror in accordance with FAR 15.806-1 and included in the cost proposal. Details of the cost sharing to be undertaken by the offeror should be included in the cost proposal. (3) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the technical approach as well as the Business Plan. Additional information on prior work in this area, descriptions of available equipment, data and facilities, and resumes of personnel who will be participating in this effort should also be included. The technical proposal shall include: (a) Statement of Work (SOW) detailing the technical tasks proposed to be accomplished under the proposed effort and suitable for contract incorporation. Offerors should refer to the WL Guide referenced in Section A to assist in SOW preparation, Offerors must submit approved DD Form 2345, Export-Controlled DoD Technical Data Agreement with their proposal. Any questions concerning the technical proposal or SOW preparation shall be referred to the Technical Point of Contact cited in this announcement. (b) Statement of intention, if any, to use foreign nationals, (c) Integrated Product Development (IPD) approach to be used. Offerors consisting of teams of individual contractors should identify their intended teaming arrangements, internal management oversight procedures, and decision making process, (d) Break out of person hours for each major task in the SOW, and (e) Names and qualifications of subcontractors, and level of effort to be subcontracted. Offerors are notified the SOW may be incorporated, or any part thereof, by reference, in any resulting award. The paragraph numbering used in the Technical Proposal for the technical approach discussion, the SOW tasks, and the Cost Proposal shall correlate. Travel is projected to include, but not be limited to: Contract Kick-off Meeting, Annual Industry Reviews, Semiannual, Quarterly and End of Contract Reviews at locations selected by the Government. Any questions concerning the technical proposal or SOW preparation shall be referred to the Technical Point of Contact cited in this announcement. (4) Page Limitations: Technical proposals shall not exceed 100 pages, double spaced, single-sided on 8.5'' x 11'' paper using 12 pitch or larger type with 1.25'' minimum margins. The page limitation includes all information, i.e. indexes, photographs, foldouts, and appendices. Pages in excess of this limitation will not be considered by the Government. Cost proposals are not page limited. (5) Preparation Cost: This announcement is an expression of interest only and does not commit the Government to pay for any proposal preparation cost. The cost of preparing proposals in response to this BAA is not an allowable direct charge to any resulting contract or any other contract. It is, however, an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. E--BASIS FOR AWARD: The selection of one or more sources for award will be based on a complete evaluation of offerors' proposals to determine the overall merit of each in response to this announcement. The technical aspect, which is ranked first in order of priority, shall be evaluated based upon the following criteria which are of equal importance: (a) Soundness of approach, including Ti MMC application definition, process improvement and demonstration, integration of product design and manufacturing including the proposed Integrated Product Team, Ti MMC component manufacturing and performance demonstration, Business Plan for achievement of the cost goals and the establishment of a viable industrial base Ti MMC production capability, and a credible insertion opportunity, (b) Understanding of the problem, including those factors necessary to achieve economic Ti MMC production viability, product cost goals and Ti MMC component production, and (c) Special technical factors, including the amount and quality of cost share dollars proposed, personnel qualifications, status of the Ti MMC reinforced component designs, facilities availability, and customer tie(s). After the technical aspect, cost is ranked second in order of priority and will be evaluated for reasonableness, realism, and completeness. The technical and cost information will be evaluated at the same time. No further evaluation criteria will be used in the selection process. The Government reserves the right to select for award of a contract, cooperative agreement, or a grant (for universities and non-profit institutions), any, all, part or none of the proposals received. F--POINTS OF CONTACT (1) Technical Point of Contact: Wright Laboratory, Manufacturing Technology Directorate, Processing & Fabrication Division, Metals Branch, Project Engineer, Kevin Spitzer, WL/MTPM, Wright-Patterson Air Force Base OH 45433-7739, (513) 255-5037. (2) Contracting/Cost Point of Contact: Questions related to the contract/cost issues should be directed to Wright Laboratory, Manufacturing Technology Directorate, Processing & Fabrication Division, Defense Production Act Branch, Procurement Contracting Officer, Willa Eichelman, WL/MTPD, Wright-Patterson Air Force Base OH 45433-7405, (513) 255-9665 extension 225. (3) An Ombudsman has been appointed to hear concerns from offerors and potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program direcotor or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to contact Col Michael J. Corcoran, ASC/IG, Bldg 14, 1865 Fourth Street, Ste 12, WPAFB, OH 45433-7126, (513) 255-0600 (0080)

Loren Data Corp. http://www.ld.com (SYN# 0006 19960321\A-0006.SOL)


A - Research and Development Index Page