|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 7,1996 PSA#1695R&D Contracting, 2530 C St, Wright-Patterson AFB, 45433-7606 A -- COMPUTED RADIOGRAPHY FIR AEROSPACE APPLICATIONS - PART 2 OF 2 SOL
PRDA NO. 97-20-MLKT POC Contact Sue Palmer, Contract Negotiator,
513-255-7143 or Bruce Miller, Contracting Officer, 513-255-7143. (2)
Cost Proposal: Adequate price competition is anticipated. The
accompanying person-hour /price breakdown shall be furnished with
supporting schedules and shall contain a person-hour breakdown and cost
per task. Provide a rationale for the cost share arrangement proposed.
(3) Technical Proposal: The technical proposal shall include a
discussion of the nature and scope of the research 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 shall also be
included as attachments to the technical proposal. The technical
proposal shall include a Statement of Work suitable for contract
incorporation. Offerors should refer to the WL Guide referenced in
Section A to assist in SOW preparation. PL98-94 does not apply. 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: The technical proposal shall be limited to 100
pages (12 pitch or larger type), double-spaced, single sided, 8.5 by 11
inches. If electronic means are used, it shall be readable by Microsoft
Word for Windows, version 6.0. The double spacing requirement shall be
satisfied by Microsoft Word's double spacing method and the 12 pitch
or larger shall be satisfied by setting the type (point) size at 10 or
smaller or setting the font size at 10 or higher. The page limit
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 limitations
however, offerors are requested to keep cost proposals to 75 pages as
a goal. If electronic means are used, it shall be readable by Microsoft
Excel for Windows version 5.0. (5) Preparation Cost: If selected for
negotiations, qualifying offerors will be required to submit a
subcontracting plan. 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 considered an allowable expense to the normal bid and proposal
indirect cost as specified in FAR 31.20518. E. BASIS FOR AWARD: The
selection of one or more sources for award will be based on an
evaluation of an offeror's response (both technical and cost aspects)
to determine the overall merit of the proposal in response to the
announcement. The technical aspect, which is ranked as the first order
of priority, shall be evaluated based on the following criteria which
are of equal importance: (a) Creative approaches to the technical
development and implementation of computed radiography modified to
incorporate Air Force aircraft inspection, image storage, and x-ray
procedure requirements are of primary interest, (b) The offeror's
understanding of the scope of the work, (c) The availability of
experienced engineers, technicians, and coordination with ALC personnel
and facilities, (d) The offeror's previous experience in the field and
(e) The organization, clarity, and thoroughness of the proposed SOW.
Cost and /or price, which includes consideration of proposed budgets,
funding profiles, cost share ratio and supporting rationale, is a
substantial factor, but ranked as the second order of priority. No
other evaluation criteria will be used. 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. F. POINTS OF CONTACT:
(1) Contracting/Cost: Contract Negotiator, Sue Palmer, Wright-Patterson
Air Force Base, OH 45433-7607, (513)255-7143, E-mail
palmersm@bO45mail.wpafb.af.mil, facsimile (513)255-4434. (2) Technical
Contact Point: Engineer, Diana Carlin, Wright-Patterson Air Force
Base, OH 45433-7739, (513)255-7277, E-mail carlindm@ml.wpafb.af.mil,
facsimile (513)656-4420. (3) An Ombudsman has been appointed to hear
concern 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 Contracting Officer, but to
communicate contractor concerns, issues, disagreements and
recommendations to the appropriate government personnel. All potential
offerors should use established channels to voice concerns before
resorting to use of the ombudsman. 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
selection decision. Interested parties should direct all routine
communication concerning this acquisition to Sue Palmer, Contract
Negotiator, WL/MLKT, Bldg 7, 2530 C Street, Wright-Patterson AFB, OH
45433-7607, telephone 513-255-7143. The Ombudsman should only be
contacted with issues or problems that have not be satisfactorily
resolved at that level. These serious concerns only may be directed to
the Ombudsman, Mr. Daniel L. Kugel, ASC/SY Bldg 52, 2475 K St, Suite
1, Wright-Patterson AFB, OH 45433-7642, (513)255-3855, E-Mail kugeldl
@ sy.wpafb.af.mil. (0277) Loren Data Corp. http://www.ld.com (SYN# 0002 19961004\A-0002.SOL)
A - Research and Development Index Page
|
|