Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1996 PSA#1665

R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB OH 45433- 7607

A -- HIGH RESOLUTION REAL-TIME RADIOSCOPIC EVALUATION AND CHARACTERIZATION. PART 2 OF 2 SOL PRDA NO. 96-30-MLK DUE 100296 POC Jeanette Snyder, Contract Negotiator, (513) 255-5830 or Terry L. Rogers, Contracting Officer, (513) 255-5830. PART 2 OF 2 PARTS - HIGH RESOLUTION REAL-TIME RADIOSCOPIC EVALUATION AND CHARACTERIZATION. TASK 2. ENHANCED PROTOTYPE EVALUATION/VALIDATION: In this task, the contractor shall conduct an evaluation of the enhanced real time prototype system(s) inspection capabilities on actual aircraft hardware relative to system performance, modularity, portability, supportability, upgrade capability and cost tradeoffs from the enhanced prototype system(s) to a production system. This evaluation shall include multiple on, within and off aircraft uses on several representative aircrafts. Successes and shortcomings of, and recommendations (solutions) to improve the proposed technology toward program objectives shall be identified by the contractor. Further modifications to overcome the shortcomings shall be made and validated. The contractor shall provide all technical information and test data required to support any claims with regards to the improved performance of the proposed technology enhancements. At the end of Task 2, the contractor shall provide a prototype depot NDE System Integration Plan (Detailed Task 3 description). TASK 3. DEPOT NDE SYSTEM INTEGRATION STRATEGY/FUNCTIONAL TESTS: In this task, the contractor shall incorporate, in a functional but reversible, non-damaging manner, the prototype technology configuration(s) in an operational NDE System at a minimum of one ALC for demonstration and validation under this program. Performance validation, cost tracking and reliability validation/functional tests shall be conducted in partnership with ALC personnel. The tests shall proceed over a suitable operating time and range of operating conditions (agreed to by the Air Force). The tests shall include image analysis and data management. The contractor shall conduct demonstration measurements and tests considered to be most important to validate the increased capabilities, affordability, and reliability of its proposed technology when integrated into the ALC NDE System. Successes and shortcomings of the proposed technology toward program objectives shall be documented. Further modifications for production utilization of the NDE System shall be annotated and incorporated in the prototype(s) where resources permit. (2) Deliverable Items: The following deliverable data items shall be required: (a) Status Report, DI-MGMT-80368/T, monthly, (b) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T, monthly, (c) Contract Funds Status Report (CFSR), DI-MGMT-81468/T, quarterly, (d) Presentation Material, DI-ADMN-81373/T, as required, (e) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly, (f) Scientific and Technical Reports, Interim Report, DI-MISC-80711/T, as required, (g) Scientific and Technical Reports, Final Report, DI-MISC-80711/T, end of contract (Draft and Reproducible Final Version), (h) Computer Hardware/Software Product End Items, to be delivered at the end of the contract. In addition, x-ray prototype system hardware and source code for all software/hardware developed in this effort shall also be delivered, end of contract. 3) Security Requirements: DD Form 254 requirements do not apply. (4) Other Special Requirements: International Traffic in Arms Regulations apply. C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of technical effort is estimated to be 36 months. The contractor shall also provide five (5) months for processing/completion of the final report. (2) Expected Award Date: March, 1997. (3) Government Estimate: The Government funding profile for the total program to fund all awards is estimated to be as follows: FY97 - $372,000, FY98 - $803,000, FY99 - $310,000. This funding profile is an estimate only and is not a promise for funding as all funding is subject to change due to Government discretion and availability. (4) Type of Contract: Cost Plus Fixed Fee (CPFF) or Cost (no fee). Any grants awarded will be cost (no fee).(5) Government Furnished Property: Arrangements to integrate with Air Force Inspection systems at the ALCs shall be coordinated with WL/MLLP.(6) Size Status: For the purpose of this acquisition, the size standard is 1000 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force point of contact cited below upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. (8) The government may issue a grant to a university or non-profit institution as a result of this action. D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to one of the points of contact listed elsewhere herein. Offerors should consider instructions contained in the WL PRDA and BAA Guide for Industry referenced in Section A of this announcement. Technical and cost proposals, submitted in separate volumes, are required and must be valid for 180 days. Proposals must reference the above PRDA number. Proposals shall be submitted in an original and five (5) copies. All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the government. (2) Cost Proposal: The accompanying cost proposal/price breakdown shall be supplied together with supporting schedules and shall contain a person hour breakdown per task by government fiscal year or as necessary to define the specific rate variances proposed. (3) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the development and the technical approach. 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 as attachments to the technical proposal and are included in the page limit. 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. Further obligation of government resources shall be contingent upon obtaining approval from the government review team through the contracting officer. Offerors should refer to the WL Guide referenced in Section A to assist in SOW preparation. PL 98-94 applies. Offerors must submit approved DD Form 2345, Export-Controlled DOD Technical Data Agreement with their proposal. Any questions concerning the technical proposal or Statement of Work preparation shall be referred to the Technical Point of Contact cited in this announcement. (4) Page Limitations: The technical proposal shall be limited to 100 pages (12 pitch type or larger type), double spaced, single sided, 8.5 by 11 inches. The page limitation includes all information, i.e. indexes, photographs, foldouts, appendices, attachments, etc. Pages in excess of this limitation will not be considered by the government. Cost proposals have no limitation, however, offerors are requested to keep cost proposals to 75 pages as a goal. (5) Preparation Cost: This announcement does not commit the Government to pay for any response preparation cost. The cost of preparing proposals in response to this PRDA is not considered an allowable direct charge to any resulting or any other contract. However, it may be 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 (1) or more sources for contract award shall be based on a scientific and engineering evaluation of an offeror's response (both technical and cost aspects). To determine the overall merit of the proposal in response to the announcement, this evaluation shall consider the technical aspect, which is ranked as the first order of priority, and cost factors as they relate to the technical effort. The following criteria, ranked in descending order of relative importance, will be used to evaluate proposals: (a) soundness of approach: assessment of rationale for proposed technology, including the prior demonstrated ability of the proposed real time digital radioscopic imaging system to meet or exceed currently practiced, film-based radiographic inspection procedures requirements, (b) understanding of the problem, including current (film) and proposed technology(ies), (c) the offeror's integration strategy and plan of the proposed real time digital radioscopic imaging system into existing NDE systems, and (d) the suitability of the background qualifications and/or demonstrated experience of the offeror's team for the development and evaluation of x-ray radiographic and radioscopic inspection systems. (e) overall management approach and plan: the offeror's demonstration of a proactive management approach and plan to maintain the proposed schedule, bill the government for work promptly, and ensure the achievement of expenditure rates at or above 75% within a fiscal year. Program cost and or price, which includes consideration of proposed budgets and funding profiles, will be a substantial factor for award. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time. The Air Force reserves the right to select for award of a contract, grant or cooperative agreement any, all, part, or none of the proposals received. Award of a grant to universities or non profit institutions or cooperative agreement, in lieu of a contract, will be considered and will be subject to the mutual agreement of the parties. Adequate price competition is anticipated. F--POINTS OF CONTACT: (1) Technical Contact Point: Questions on technical issues may be referred to the Project Engineer, Juan G. Calzada, WL/MLLP, Bldg 655, 2230 Tenth Street, Suite 1, WPAFB, OH 45433-7817, (513) 255-9836. (2) Contracting/Cost Point of Contact: Questions on contractual and cost issues should be directed to the Wright Laboratory, Directorate of Research and Development Contracting, Jeanette Snyder, WL/MLKM, Building 7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607 (513) 255-5830. END OF PART 2. (0234)

Loren Data Corp. http://www.ld.com (SYN# 0001 19960822\A-0001.SOL)


A - Research and Development Index Page