|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11,1996 PSA#1677Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria, VA
22310-3398 A -- HIGH TEMPERATURE INCENDIARY (HTI) SMALL SCALE TESTING SOL
DSWA01-96-R-0050 DUE 092496 POC Tanya Stasiuk, Negotiator, (703)
325-5029, Scott G. Morton, Contracting Officer, (703) 325-1200. This
solicitation was synopsized in the CBD on 6 Aug 96. Contract award will
be made in accordance with DFARS Subpart 235.70, Research and
Development Streamlined Contracting procedures. A FORMAL WRITTEN
REQUEST FOR PROPOSAL (RFP) WILL NOT BE ISSUED. (This solicitation does
include a supplemental package which will be sent to offerors who
provide written address information to the contract negotiator, Tanya
Stasiuk, FAX (703) 325-9295.) Note: if your company has provided
address information in response to the synopsis, a second submission is
NOT necessary. All of the mandatory terms, clauses, and provisions in
DFARS 235.7006, Research and Development Streamlined Contracting
Format, and the following optional items are incorporated by reference
(*Denotes that clause will be incorporated at time of award if
appropriate): B.1, B.3, B.6, C.2, D.1, E.3, E.5, F.1, F.2, G.1, G.2,
H.1, H.4, I.1, I.2, I.3, I.4, I.5, I.6, I.7, I.8, I.12, I.13, I.14,
I.19, I.20, I.21, I.22, I.23, I.24, I.25, I.26, I.27, I.28, I.29, I.30,
I.31, I.33, I.34, I.35, I.36, I.37, I.38, I.39, I.40, I.41, I.42, I.43,
I.46, I.48, I.50*, I.51, I.52, I.53, I.65, I.67, I.68, I.70, I.73,
I.74, I.76, I.78, I.82, I.84, I.85, I.87, I.88, I.89, I.94, I.97,
I.100, I.104, I.107, I.108, I.109, I.110, I.114, I.115, I.116, I.120,
I.121, I.122, I.123, I.124, I.126, I.127, I.129, I.131, I.132, I.133,
I.136, I.138, I.141, I.142, I.143, I.144, I.147, I.148, I.154, I.155,
I.156, I.159, I.161, I.163, I.164, I.167, I.169, I.180, I.181, I.182,
I.184, I.187, L.1, L.3, L.4, L.5, L.6, L.7, L.8, L.9, L.10, L.11, L.12,
L.15, L.16, L.17, L.18, L.21, L.23, L.101. The applicable clauses and
provisions are those in effect through FAC 90-39 and DAC 91-10.
Evaluation factors pertain to (1) experience; (2) responsiveness of
proposal; (3) soundness of approach; and (4) management plan. (1)
Experience: Extensive experimental effort will be required to assess
mission kill effectiveness of unconventional thermal warhead payloads
against chemical and biological agents and their equipment in complex,
extended, structural targets. It is particularly important that key
personnel assigned to this effort not only have extensive experience
with state-of-the-art experimental methodologies, but also display an
intimate familiarity with energetic material phenomenology. Since the
successful offeror will be closely involved in supporting other
concurrent tasks, it is important that the offeror demonstrate related
experience in supporting large scale field experiment design and
analysis activities and modeling work. The offeror must have: specific
experience applying state-of-the-art experimentl techniques to conduct
various complex small scale tests; specific experience conducting
experiments in small scale tests simulating large scale events;
specific experience supporting large scale experiments and working with
computational models for understanding of weapons effects; and specific
experience working with energetic materials in small scale tests. (2)
Responsiveness of proposal: The offeror must respond adequately to all
elements of the Statement of Work (SOW) and demonstrate the requisite
familiarity with the relevant-to-this-problem state-of-the-art
experimental tools. The offeror must also consider the relevant physics
of the likely response and the adequacy of the avialable experimental
schemes. A sense of understanding of the necessary balance,
relationship, and interplay between small scale experiments, large
scale experiments, detailed hydrocode simulations and fast running
engineering codes is required. (3) Soundness of Approach: The offeror's
discussion of the technical background and the proposed approach must
demonstrate the capability to develop an adequate experimental plan,
which addresses all task objectives and still is flexible enough to
respond to technical surprises or insights as they arise in the course
of this effort. The offeror must convey a thorough grasp of the
relevant underlying physical processes and phenomenology and a sense of
direction of the program and how to attain the end goals. The
discussion of the technical problems and the suggested approach must
show evidence of a well-conceived plan based on a clear understanding
of the relevant phenomenologies. The discussion of the relationship of
the small scale tests must relate to large scale experimental
activities and computational modeling activities must demonstrate that
the appropriate support tasks will be properly coordinated and
executed in a timely fashion. The program plan should be flexible
enough to incorporate and respond to inevitable surprises,
complications, and short-term panics. (4) Management Plan: The
offeror's personnel resources, in terms of quality, quantity, and
experience must be adequate for the task. An adequate management plan
which highlights potention risks and mitigation procedures is required.
Key evaluation factors will be the availability and qualification of
key personnel and identification of risk and mitigation plan.
Deliverables will include the following: (1) quarterly progress, status
and management reqports: 1 copy due 1 month after contract award (MAC);
(2) quarterly cost/performance reqports: 1 copy due 3 MAC; (3) Draft
Final Reports: 7 copies due 24 MAC; and (4) Final Reports: 7 copies due
28 MAC. A cost-plus-fixed-fee contract is contemplated. Period of
performance is estimated to be twenty-eight (28) months including the
final report. Technical and Cost proposals are due at the Defense
Special Weapons Agency (DSWA)/AMB, Attn: Tanya Stasiuk, no later than
1600 hours local time, on 6 Oct 96. Three copies and one original of
the technical and cost proposals must be provided. The technical
proposal is limited to 100 pages; the cost proposal to 50 pages.
Multiple awards are not contemplated. The Contracting Officer is Scott
G. Morton, 6801 Telegraph Road, Alexandria, VA 22310-3398, telephone
(703) 325-5029. All contractor personnel will require DoD security
clearance of SECRET. (The DD254, Contract Security Classification
Specification, will be included in the supplemental package. The
Statement of Work will be included in the supplemental package.
Information on DSWA solicitations, already released, can be obtained by
calling the DSWA Hotline at (703) 325-1173. As of 31 May 96,
Acquisition Management has added ''Procurement Opportunities'' to the
DSWA Home Page available on the World Wide Web. Information will
include this synopsis and more. Please check us out at www.dswa.mil.
Reference Synopsis No. 96-96 (0253) Loren Data Corp. http://www.ld.com (SYN# 0001 19960910\A-0001.SOL)
A - Research and Development Index Page
|
|