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