Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 24,1996 PSA#1748

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

A -- METALLIC MATERIALS AND ELEMENTS FOR AEROSPACE VEHICLE STRUCTURES -- MIL-HDBK-5 SOL PRDA 97-32-MLK DUE 021897 POC James Satteson, Contract Negotiator or Frederick D. Rueth, Contracting Officer, (937) 255-5051 A -- INTRODUCTION: Wright Laboratory (WL/MLPO) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this PRDA shall be submitted by 18 February 1997, 1500 hours Eastern Time, addressed to Wright Laboratory, Directorate of R&D Contracting, Building 7, Area B, Attn: Mr. James N. Satteson, WL/MLKN, Wright-Patterson AFB OH 45433-7607. This is an unrestricted solicitation. Small businesses are encouraged to propose on all or any part of this solicitation. Proposals submitted shall be in accordance with this announcement. Proposal submission after the cutoff date specified herein shall be treated in accordance with restrictions of FAR 52.215-10; copy of this provision may be obtained from the contracting point of contact. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any PRDA amendments that may be published. Offerors may request a copy of the WL Guide entitled, "PRDA and BAA Guide for Industry." This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from WL/MLKN, Wright-Patterson AFB, OH 45433-7607 telephone (937) 255-5051. B -- REQUIREMENTS: (1) TECHNICAL DESCRIPTION: The purpose of this effort is to provide for the planning, coordination, and activities necessary to maintain and improve the "Metallic Materials and Elements for Aerospace Vehicle Structures handbook". This activity will serve as the source for statistically generated design allowables and related design information needed for aerospace vehicle structure. This effort is to include continuing assessment of design data requirements for the U.S. Air Force, FAA, Army, Navy and the commercial aviation industry. Design data shall be gathered on conventional and emerging metallic alloys including discontinuously reinforced metal matrix composites produced by both domestic and foreign sources. Emerging materials must be fully developed and production ready. An additional requirement of this effort is to define a procedure for incorporating materials produced by foreign materials suppliers. Certification of design values on a global basis and determination of equivalent test standards which were used to generate raw data are an inherent facet of the overall effort. It is important to demonstrate that the integrity established for determination of "A" and "B" allowables and fastened/joint allowable strengths can be maintained. WL/MLS encourages the exploration of a team approach. If a teaming approach is proposed, the Air Force shall remain as the owner of the document without waiving the right to control the content and provide direction for the effort. New and creative methods which address the cancellation of Mil-Specs and use of other publicly available documents is also an essential part of this effort. (2) DELIVERABLE ITEMS: The following deliverable data items shall be proposed: (a) Status Report, DI-MGMT-80368, monthly; (b) Funds and Manhour Expenditure Report, DI-MGMT-80331/T monthly; (c) Performance & Cost Report, DI-FMCL-80912/monthly; (d) Contract Funds Status Report (CFSR), DI-MGMT-81468/T, quarterly; (e) Presentation Material, DI-ADMN-81373, as required; and (f) Scientific and Technical Reports, DI-MISC-80711/T; Contractors Billing Voucher. (3) ADDITIONAL DELIVERABLE ITEMS: Change Notices and complete revisions of the handbook on a scheduled timetable shall constitute part of the effort. Coordination of meetings twice yearly and distribution of meeting announcements, agendas, minutes and other documentation as needed shall be provided to the aerospace community. Non-paper editions of the handbook in an approved electronic format shall be continually developed to include, text, tables, and figures contained in the latest paper version. The team or contractor will strive to maintain the highest level of reliability while endeavoring to make the document interactive with the needs of the aerospace community. The Air Force will retain ownership of all media versions of the handbook but is willing to discuss concepts for distribution of non-paper versions under this or a separate agreement. (4) SECURITY REQUIREMENTS: This effort is unclassified in nature. It is anticipated that work performed under this contract will be unclassified and that the performance of the effort will not require access to classified material. Offerors are required, however, to have a DD Form 2345 covering pertinent technology on file with the Defense Logistics Service Center (DLSC), Battle Creek MI 49016 (1-800-356-3572). (5) EXPORT CONTROL: No ITAR or export controlled information is to be included in the handbook. Technical approaches to this program are not considered to be critical technology and thus subject to export control laws. International Trade in Arms Restrictions apply. U.S. organizations are asked to contact the cognizant contracting officer immediately if they anticipate the employment of foreign nationals on this program. (6) DISTRIBUTION STATEMENTS: All data and contents of the handbook will remain available to the public after approval for public release is obtained. It is likely that the reports resulting from this effort will be assigned distribution statement "A" (Approved for public release: distribution unlimited). C -- ADDITIONAL INFORMATION: (1) ANTICIPATED PERIOD OF PERFORMANCE: The total length of the technical effort is estimated to be 48 months. The contractor shall also provide an additional 5 months for processing/completion of the final report. (2) EXPECTED AWARD DATE: June 1997. (3) GOVERNMENT ESTIMATE: The government anticipates at least one award. (4) TYPE OF CONTRACT: Cost Plus Fixed Fee (CPFF) Completion. Any grants awarded will be cost (no fee). (5) GOVERNMENT FURNISHED PROPERTY: None contemplated. (6) SIZE STATUS: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (7) NOTICE TO FOREIGN-OWNED FIRMS: Such firms are askedto immediately notify the Air Force point cited below upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions apply which could preclude their participation in this acquisition. (8) NOTE 26: Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. 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 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 on an SF 1411, together with supporting schedules, and shall contain a person-hour breakdown per task. Copies of the above-referenced forms may be obtained from the contracting office cited. (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, should also be included as attachments to the technical proposal and are not 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. Offerors should refer to the WL Guide referenced in Section A to assist in SOW preparation. 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. The page limitation includes all information, i.e. indexes, photographs, foldouts, appendices, attachments, etc. Pages in excess of this limitation willnot be considered by the government. Cost proposals have no limitations, 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 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 evaluation for award shall consider technical aspects and cost factors as they relate to the overall effort. The purpose of the evaluation is to determine the relative merit of the technical approach proposed in response to the announcement. The technical aspect which ranks as the first order of priority shall be evaluated based on the following criteria which are in descending order of importance: (a) ability to demonstrate that integrity and statistical assurance of design data will be maintained; (b) understanding of the complex nature of computation of design allowables known as "A" or "B" values with associated levels of confidence and statistical assurance: (c) process for coordination of meetings, agendas, and documentation of minutes from formal meetings; (d) plan for obtaining data from various resources including alloy producers and aerospace companies; (e) overall approach proposed to accomplish scientific and technical objectives; (f) understanding of harmonization efforts between the FAA and non-domestic airframe industries; (g) proposed approach to address canceled military specifications and use of foreign specifications for foreign produced materials; (h) advancements in joining concepts and generation of design allowables for fastened joints; (i) expanded use of non-government resources; (j) presentation of data for emerging materials and groups of data not sufficient for computation of "A" or "B" allowables; (k) non-paper distribution of data and advancements in media presentation; (l) illustrations of how data presentations and analysis will be conducted; (m) commitment of experienced personnel; (n) the offeror's or team's understanding of problem areas and experience in this area. Cost, which includes consideration of proposed budgets and funding profiles, is a substantial factor, but ranked as the second order of priority. The technical cost information will be evaluated at the same time (o) the organization, clarity, and thoroughness of the proposed SOW. The Air Force reserves the right to select for award of a contract or grant any, all, part, or none of the proposals received. Award of a grant, in lieu of a contract, to universities and nonprofit institutions will be considered and will be subject to the mutual agreement of the parties. F-POINTS OF CONTACT: (1) Technical Contact Point: Engineer, Neal R. Ontko, Wright-Patterson Air Force Base, OH 45433-7707 (937) 255-5128. (2) Contracting/Cost Point of Contact: Questions related to the contract/cost issues should be directed to the Wright Laboratory, Directorate of Research and Development Contracting, James N. Satteson, WL/MLKN, Wright-Patterson Air Force Base, OH 45433-7607, (937) 255-5051. (0355)

Loren Data Corp. http://www.ld.com (SYN# 0005 19961224\A-0005.SOL)


A - Research and Development Index Page