|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1997 PSA#1863WL/MTPD, Building 22B, 2700 D Street, Suite 2, Wright-Patterson AFB, OH
45433-7405 A -- DEFENSE PRODUCTION ACT (DPA) TITLE III HIGH STRENGTH, CORROSION
RESISTANT ALUMINUM (HSCR AL) ALLOY SOL BAA-97-02-MTPD DUE 072397 POC
Willa M. Eichelman, Contracting Officer, (937)255-9665, Ext 225 E-MAIL:
eichelwm@wlmta.wpafb.af.mil, eichelwm@wlmta.wpafb.af.mil. A --
INTRODUCTION: The Wright Laboratory Manufacturing Directorate Defense
Production Act (DPA) Title III Program Office is interested in
receiving proposals (technical and cost) to establish a long term,
financially-viable domestic high strength, corrosion resistant aluminum
(HSCR Al) alloy production capability. The purpose of the DPA Title III
Program is to provide financial incentives to establish, maintain,
modernize, and expand domestic production capacities for critical
technology items and industrial resources essential for national
defense. Proposals in response to this BAA shall be received by (45
days after publication) 97, 1500 hours Eastern Daylight Time, addressed
to WL/MTPD, Building 22B, 2700 D Street, Suite 2, Wright-Patterson Air
Force Base OH 45433-7405, Attention: Ms Willa Eichelman, Procurement
Contracting Officer. This is an unrestricted solicitation. Small
businesses are encouraged to propose on this solicitation. Proposals
submitted shall be in accordance with this announcement. Proposal
receipt after the cutoff date and time specified herein shall be
treated in accordance with restrictions of FAR 52.215-10. A 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 BAA amendments that may
permit a later date for proposal submission. Offerors should request a
copy of the WL Guide entitled, "PRDA and BAA Guide for Industry",
dated November 1992. This guide is specifically designed to assist
offerors in understanding the PRDA/BAA proposal process and is
available on the internet, address: www.wl.wpafb.af.mil/contract.
Copies may also be requested from the contracting point of contact. B
-- REQUIREMENTS: (1) Technical Description: HSCR Al is defined for this
project as having yield strength, ultimate tensile strength, ductility,
and plane-strain fracture toughness (K1C) equal to or greater than
typical values for 7075-T6 as well as having corrosion resistance and
stress corrosion cracking resistance equal to or exceeding typical
values for 7075-T73. The purpose of this effort is to establish a long
term, viable production capability for producing consistent, high
quality HSCR Al alloy at an acceptable material cost. Specific program
objectives to be addressed include: (a) Development and implementation
of a credible, long term plan to achieve business viability, (b)
Establishment of a production process capable of producing consistent,
high quality HSCR Al alloy, (c) Demonstration of a total alloy
production cost that meets the cost/benefits criteria of a sufficient
number of end users to provide a sustainable demand, (d) Demonstration
of a production capability of at least 750,000 LBS/Yr, (e) Demonstrate
through MIL-HDBK 5 testing that product forms made from the alloy
consistently meet customer requirements, (f) Establishment of industry
partnerships for material evaluation and/or qualification efforts that
eliminate insertion barriers and accelerate market penetration, (g)
Gratis distribution of a limited amount of excess material in standard
product forms to Government, industry and universities for material
characterization and to further eliminate insertion barriers. (2)
Deliverable Items: The following deliverable items shall be proposed:
(a) Status Report, DI-MGMT-80386/T, quarterly, (b) Funds and Man-Hour
Expenditure Report, DI-FNCL-80331/T, monthly, (c) Scientific and
Technical Reports, Business Plan, DI-MISC-80711/T, (Draft and Final),
(d) Presentation Material, DI-ADMIN-81373/T, as required, and, (e)
Scientific and Technical Reports, Project Final Report,
DI-MISC-80711/T, (Draft and Final). (3) Security Requirements: The work
performed as a result of this Broad Agency Announcement (BAA) will be
unclassified. (4) Other Special Requirements: Data generated by the
resulting contract(s) may be subject to export control and/or subject
to International Traffic in Arms Regulations. United States
organizations are asked to contact the contracting officer immediately
if they anticipate employment of foreign nationals on this program. C
-- ADDITIONAL INFORMATION: (1) Anticipated Period of Performance:
Technical effort is estimated to last approximately 48 months. The
contract shall also provide for additional 4 months for
processing/completion of the final report. (2) Expected Award Date: Oct
97. (3) Government Funding Estimate: The Government is open to multiple
awards with total Government funding not to exceed $8M. (4) Type of
Contract: Cost Sharing. A total program cost share ratio of 1:1 of
Government funding is desired. Past capital investments will not be
considered towards cost sharing. (5) Domestic Source: The production
capability established for HSCR Al alloy, a "critical technology item",
must be provided by a domestic source. The DPA defines "domestic
source" as: "a business concern that (a) performs in the U.S. or Canada
substantially all of the research and development, engineering,
manufacturing, and production activities required of such business
concern under contract with the U.S. relating to a critical component
or a critical technology item, and (b) procures from business concerns
described in (a) substantially all of any components and assemblies
required under contract with the U.S. relating to a critical component
or critical technology item." (6) Potential DPA Title III Financial
Incentives: (a) Direct Purchase: This incentive allows for the direct
purchase of material or technical effort and may be appropriate for
alloy and component production, process improvement, testing, and
evaluation. (b) Purchase Commitment: This incentive allows a guaranteed
minimum market where Title III would serve as a "customer of last
resort" so that material can be produced prior to orders being placed.
This incentive could be used if the proposal provides the rationale
for its use and would occur after the technical objectives of the
project were completed. (c) Sales Incentive: This incentive is a fixed
dollar award for meeting or exceeding sales objectives.The purpose of
this incentive is to ensure market penetration efforts are pursued.
(7) Government Furnished Property: None contemplated. (8) Size Status:
For the purpose of this acquisition, the size standard is 1000
employees (SIC 3334). (9) 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. 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 BAA number. 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 cost proposal
shall be prepared in accordance with FAR 15.804-6 and shall include a
Standard Form 1411, Contract Pricing Proposal Cover Sheet, with all
supporting data, in order to allow for a complete review by the
Government. The cost proposal shall include all supporting information
including breakdown of labor hours by category, materials, travel,
computer, subcontracting, and other direct and indirect costs. An
analysis of each major subcontractor must be performed by the offeror
in accordance with FAR 15.806-1 and included in the cost proposal.
Details of the cost sharing to be undertaken by the offeror should be
included in the cost proposal. A total of 8 hard copies plus 1
electronic copy in Microsoft Office for Windows format of the cost
proposal shall be provided. (3) Technical Proposal: The technical
proposal shall address how the offeror proposes to meet the stated
requirements including submission of a concise business plan summary.
Additional information on prior work in this area, descriptions of
available equipment, data, facilities and resumes of personnel who will
be participating in this effort shall also be included in the technical
proposal. The technical proposal shall also include: (a) Statement of
Work (SOW) detailing the technical tasks proposed to be accomplished
under the proposed effort and suitable for contract incorporation, (b)
Statement of Intention, if any, to use foreign nationals, (c) Break
out of person hours for each task in the SOW and (d) Identification of
all subcontractors and the level of effort proposed. Offerors should
refer to the Wright Laboratory Guide 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. A total of 8 hard copies of the technical proposal are
required plus 1 electronic copy in Microsoft Office for Windows format
of the SOW. Offerors are notified that the SOW may be incorporated, or
any part thereof, by reference, in any resulting award. The paragraph
numbering used in the Technical Proposal for the technical approach
discussion, the SOW tasks, and the Cost Proposal shall correlate.
Travel is projected to include, but not limited to, semi-annual reviews
at locations selected by the Government. (4) Page Limitations:
Technical proposals shall not exceed 150 pages, double spaced,
single-sided on "8.5 X 11" paper using 12 pitch or larger type. The
page limitation includes all information, ie. Indexes, photographs,
foldouts, and appendices. Pages in excess of this limitation will not
beconsidered by the Government. There are no page limitations for the
cost proposal. (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 BAA 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 a complete
evaluation of offeror's response (both technical and cost aspects) to
determine the overall merit of each in response to this announcement.
The proposals shall be evaluated based upon the following criteria
that are listed in descending order of importance. (1) Business
Viability: (a) The extent to which this market fits into the corporate
strategic plan, utilizing core competencies. (b) The extent to which
there is stakeholder involvement in the project, demonstrated by
teaming arrangements, where stakeholders are defined as OEM and
military users. (c) The effectiveness and completeness of the proposal
in demonstrating a clear understanding of the factors necessary to
achieve an economically-viable production capability. (d) The extent to
which the offeror possesses the business capability, experience, and
willingness to become a competitive supplier of HSCR Al alloy products.
(e) The extent to which the offeror's proposal communicates a credible
strategy for overcoming existing barriers, both business and
technical, in order to successfully develop markets for HSCR Al alloy
products. (f) The extent to which the proposal demonstrates that this
effort will lead to a production capacity that meets corporate
objectives for profitability. (2) Technical Merit and Soundness of
Approach: (a) Extent to which the offeror's technical approach reflects
a thorough understanding of the critical issues affecting quality and
cost, and demonstrate the ability to control both. (b) Extent to which
the offeror proposes a proven material that meets the stated technical
requirements and user requirements for HSCR Al alloy. (c) Extent to
which the proposed technical approach will lead to consistent material
quality, high production yields, and low production costs all
resulting in an user-acceptable material price. (d) Extent to which the
offeror demonstrates that proposed user evaluations contribute to
attaining production applications. (3) Offeror's Capability and
Experience: (a) Extent to which the offeror possesses the capability
and experience to complete the proposed work. (b) Degree to which the
analyses, approaches, staffing methodology and planning considerations
demonstrate that the offeror has identified and understood the
Government requirements. (c) Degree to which the proposal shows a
proven capability to produce similar products at production rates. (4)
Quality and Scope of Proposed Solutions: (a) Extent to which the
proposed solutions have the potential for making a significant impact
to the reduction of DOD corrosion control costs. (b) Extent to which
"windows of opportunity" are understood and leveraged in selecting user
evaluators. (c) Organization, clarity and thoroughness of the proposed
Statement of Work (SOW). (5) Cost Realism: (a) Reasonableness,
realism, and completeness. (b) Amount of cost share dollars proposed.
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, any, all, part, or none
of the proposals received. F -- POINTS OF CONTACT: (1) The Contracting
Point of Contact is Ms. Willa Eichelman, Wright Laboratory,
Manufacturing Technology Directorate, Processing and Fabrication
Division, Defense Production Act Branch, WL/MTPD, Wright-Patterson AFB
OH 45433-7405, (937) 255-9665. (2) The Technical Point of Contact is
Mr. Philip Tydings, Wright Laboratory, Manufacturing Technology
Directorate, Processing and Fabrication Division, Defense Production
Act Branch, WL/MTPD, Wright-Patterson AFB OH 45433-7405, (937)
255-9665, extension 223. (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 the 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 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 the Contracting Officer
listed above. The Ombudsman should only be contacted with issues or
problems that have been previously brought to the attention of the
contracting officer and could not be satisfactorily resolved at that
level. These serious concerns only may be directed to the Ombudsman,
Mr. Michael S. Coalson, ASC/SYI, Bldg 52, 2475 K St, Suite 1,
Wright-Patterson AFB, OH 45433-7642, E-mail coalsoms@sy.wpafb.af.mil,
phone (937)255-9279, extension 232. (See Note 26.) (0157) Loren Data Corp. http://www.ld.com (SYN# 0003 19970610\A-0003.SOL)
A - Research and Development Index Page
|
|