|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28,1997 PSA#1792R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- INNOVATIVE AIRDROP GUIDANCE, NAVIGATION, AND CONTROL SOL PRDA NO.
97-02-FIK DUE 043097 POC Contact Lt Harry Loughran, Contract
Negotiator, WL/FIK, or Douglas Harris, Contracting Officer (937)
255-4427 INTRODUCTION: Wright Laboratory (WL/FIVMB) is interested in
receiving proposals (technical and cost) on the research effort
described below. Proposals in response to this PRDA shall be submitted
by 30 Apr 97, 1500 hours Eastern Time, addressed to Wright Laboratory,
Directorate of R&D Contracting, WL/FIK, Attn.: Mr. D. Harris, Building
7, Area B, 2530 C St., Wright-Patterson AFB, OH 45433-7607. (1) 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. Proposals submitted
after the cutoff date specified herein shall be treated with
restrictions of FAR 52.215-10; copy of this provision may be obtained
from the contracting point of contact. Offerors should be alert for any
PRDA amendments that may permit subsequent submissions of proposal
dates. Offerors should request a copy of the WL guide entitled "PRDA
and BAA Guide for Industry." This guide was designed to assist offerors
in understanding the PRDA/BAA proposal process. Copies may be requested
from WL/AAKD, Wright-Patterson AFB OH, 45433-7607, telephone (937)
255-5252. B -- REQUIREMENTS (1) Introduction: The 1995 USAF New World
Vistas study identified Precision Airdrop as a capability to improve
global mobility. Huge advances have been made in delivery accuracy of
munitions, but materiel airdrop remains basically unchanged from World
War II. Current practices use parachutes, estimated wind profiles, and
computed release points to deliver containerized, palletized, and
directly rigged military supplies and equipment. Air Force Office of
Scientific Research is coordinating a DoD basic research effort to
develop precision airdrop technologies. Phillips Laboratory is seeking
all Weather Wind profiling solutions in a separate BAA. Natick
Research, Development, and Engineering Center is seeking Advanced
Decelerators and Containers in a separate BAA. Wright Laboratory is
seeking innovative, robust, affordable solutions to the carrying,
releasing, controlling descent speed and profile, and the precise
landing of military supplies and equipment from current and future
mobility aircraft. Precision Airdrop is defined to be a family of
delivery solutions, all integrated with aircraft core support systems,
with all altitude delivery release in/through adverse weather
conditions, with accuracy as good as today's systems delivering from
300-1200 feet. If offerors have recent or existing CRAD or IRAD aerial
delivery technology or concepts, they may be utilized in this program
to define more generalized, robust airdrop capabilities. This PRDA is
specifically seeking solutions to the when, where, and how airdrop
loads depart mobility aircraft and the control, navigation, and
guidance of those loads to a precise location on the ground, and
related modeling and simulation efforts. (2) Technical Description: The
objective of this effort is to study innovative solutions to the
guidance, navigation, and control issues of military materiel dropped
from mobility aircraft. Solutions should provide reasonable accuracy as
defined above, and amenable to affordable, low maintenance/low cost of
ownership systems. The end result of this effort should be mature,
analyzed, and verified concept(s) capable of entering the exploratory
development phase of R&D, which may include a demonstration-ready
system prototype(s). Offerors should not be constrained by current
airdrop concepts, practices, or methods. The program may consist of
three general phases. Phase I may consist of concept(s) analysis of
system performance and integration issues. As guidelines for generating
realistic concepts, offerors may assume future mobility aircraft will
possess core support systems consistent with Global Positioning System
(GPS) navigation and reasonable wind profiling capability consistent
with either GPS weather sonde or lidar technologies. Phase II, if
approved, may consist of identifying and conducting basic research of
enabling technologies of the concepts selected inPhase I. Phase III, if
approved, may consist of analytical or experimental verification of
system integration and performance of the concept(s) to the maturity
level necessary to transition to exploratory development. (3)
Deliverable Items: The following deliverable data items shall be
proposed: (a) STATUS REPORT, DI-MGMT-80368/T, monthly; (b) FUNDS AND
MAN-HOUR EXPENDITURE REPORT, DI-FNCL-80331/T, monthly; (c) PROJECT
PLANNING CHART, DI-MGMT-80507A/T, monthly; (d) CONTRACT FUNDS STATUS
REPORT (CFSR)(CFS), DI-MGMT-81468/T/T, quarterly; (e) PRESENTATION
MATERIAL, as required; (f) SCIENTIFIC AND TECHNICAL REPORTS,
Contractor's Billing Voucher, DI-MISC -80711/T, monthly; (g) SCIENTIFIC
AND TECHNICAL REPORTS, DI-MISC-80711/T (Draft and Reproducible Final).
(4) Security Requirements: It is not anticipated that work performed
under this effort will be classified. All proposals must be
unclassified only. If offerors have an approach to this effort that
they feel may be classified, or relevant experience in a related effort
that was classified and want to cite that experience in their proposal,
they should request special directions from the Contracting Officer.
(5) Other Special Requirements: International Trade in Arms
Restrictions Apply. C -- ADDITIONAL INFORMATION: (1) Anticipated Period
of Performance: The total length of the technical effort is estimated
to be 36 months. The contractor shall also provide for an additional 4
months for processing/completion of the final report. (2) Expected
Award Date: October 1997. (3) Government Estimate: The government
anticipates approximately $1,160,000 contract awards combined total.
Estimated funding profile by fiscal year (FY): $200,000 in FY98,
$460,000 in FY99, $500,000 in FY00. 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 Reimbursement (CR) or Cost Plus Fixed Fee (CPFF). (5)
Government Furnished Equipment/Base Support: It is the offerors
responsibility to identify any equipment, be it contractor-owned and
furnished or government-owned and furnished. (6) Size Status: For the
purpose of this acquisition, the size standard is 1500 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. Although not anticipated,
foreign contractors should be aware that restrictions may apply which
could preclude their participation in this acquisition. 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 six 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 SF1411 separated
by phases, 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. 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 for assistance 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 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 or less (12 pitch or larger
type), double spaced, single sided, 8.5 X 11 inches. The page
limitation includes all information, i.e. indexes, photographs,
foldouts, appendices, illustrations, etc. Pages in excess of this
limitation will not be considered by the government. Cost proposals
have no limitation. (5) Preparation Cost: This announcement does not
commit the government to pay for any response preparation cost. The
cost of preparing responses 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 contract award will be based on an evaluation of
offeror's response (both technical and cost aspects) to determine the
overall merit of the proposal in response to this 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) soundness and totality of the offeror's technical
approach; (b) relevance and potential contributions of the research to
defense missions; (c) innovation of solutions; (d) organization,
clarity, and thoroughness of offeror's proposed statement of work (e)
the qualifications of the technical personnel and their experience with
applicable technologies, (f) adequacy of current of planned facilities
and equipment to accomplish the research objectives. Cost, which
includes consideration of proposed budgets and funding profiles, is
ranked as the second order of priority. No other evaluation criteria
shall 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 or cooperative agreement any, all, part, or none of the
proposals received. Award of a cooperative agreement, in lieu of
contract, will be considered and will be subject to the mutual
agreement of the parties. F -- POINTS OF CONTACT: (1) Technical Point
of Contact: Program Manager, Major James M. Greer, Wright-Patterson AFB
OH 45433-7542, (937) 255-6193. (2) Contracting Contact Point: Questions
related to contract/cost issues should be directed to the Wright
Laboratory, Directorate of Research and Development Contracting, Lt.
Harry Loughran, Wright-Patterson AFB, OH 45433, (937) 255-4427. (0057) Loren Data Corp. http://www.ld.com (SYN# 0018 19970228\A-0018.SOL)
A - Research and Development Index Page
|
|