Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 1,1997 PSA#1878

Joint Advanced Strike Technology Program Office (Code 2.0), Washington, DC 20361-5120

A -- BAA-JSF PROGNOSTICS & HEALTH MANAGEMENT PART 5 OF 6 POC Contact, Lisa Bregman, Phone (703)604-6100 Joint Strike Fighter Design Research and Demonstration of Prognostics and Health Management (PHM) Technologies for the areas identified in Part 1; SOL JSF BAA 97-1. This BAA is in 6 parts; see NAVAIR synopsis numbers 20117, 20118, 20119, 20120 and 20122 for parts 1, 2, 3, 4 and 6. PROPOSAL PREPARATION INSTRUCTIONS: General Instructions (continued): Technical Volume: The technical volume of the proposal shall include discussion of the nature and scope of the research, technical approach, and demonstration and address application to the JSF objectives described above, cost and technical risk. The impact/payoff of these technologies should be stated in terms of system cost savings potential, system performance and mission effectiveness. Include supporting technical analyses, risk assessment and available quantitative supporting data. Key system features should be characterized in terms of their contribution to affordability, producibility and supportability (includes deployability). The name of the principal investigator, study and demonstration execution plans, schedules, and resources available to support the effort should be included as attachments to the technical volume, and are included in the page limitations discussed below. The offeror should also include a list of past and current related contracts and IR&D efforts with Government points of contact. The technical volume shall include a SOW (up to 5 pages) with a detailed description of tasks which represent the work proposed to be performed under the contract. The tasks will be developed in an orderly progression and in enough detail to establish the feasibility of accomplishing the overall program goals. The work effort will be segregated into major tasks and identified in separately numbered, severable paragraphs. Each numbered major task will delineate by subtask the work to be performed. Each task included in the SOW will be separately priced in the cost proposal. The SOW will be incorporated into the contract awarded, therefore the SOW should be in a form suitable for incorporation. The technical volume shall contain a program schedule. Each major task identified in the SOW will appear as a separate line on the program schedule. Major milestones shall also be delineated. The program schedule should be included in the applicable SOW and does not impact the page count. Contract Data Requirements List (CDRLs): The following CDRLs will be set forth in the awarded contracts: Contract Funds Status Report, Presentation Data, Scientific and Technical Report(s) (mid-term and final), and Test Plan (if applicable). Any questions concerning the SOW preparation shall be referred to the technical point of contact cited in this announcement. Cost Volume: The cost volume of the proposal shall be supplied on an SF1411, together with supporting schedules, that at a minimum include: 1) SOW Task Pricing Summary Matrix -- using EXCEL 5.0 prepare a one page matrix summarizing SOW task pricing information (labor, overhead, travel, fringe, material, and fee, as appropriate for each company) for each severable SOW task; 2) Fiscal Year Pricing Summary Matrix -- using EXCEL 5.0 prepare a one page matrix summarizing "total" SOW task pricing information from the "SOW Task Pricing Summary Matrix" by severable SOW task, converting CY totals into FY totals; and 3) Labor Hour Summary Matrix -- matrix format to be determined by the contractor -- a one page matrix summarizing labor hours, by severable task in the following categories: design, fabrication, test and management. The offeror's cost proposal documentation will be used by a Government team to evaluate each proposal relative to the evaluation criteria. Proper presentation and adequate supporting documentation will enable the team to ensure that the cost propsal is fairly evaluated, that all assumptions are completely understood, that all SOW items are included, and that the cost and scope of work are compatible. The Government team will evaluate the technical and cost estimating approaches of all proposals for completeness and realism. Questions should be directed to one of the following points of contact: Contracts -- Lisa Bregman (703) 602-7390 x6641 or INTERNET bregmanlb.jfk@navair.navy.mil; Technical -- Sam Wilson (703) 602-7390 x6699 or INTERNET wilsons@ntrprs.jast.mil. -- NAVAIR Synopsis No. 20121-97. (0178)

Loren Data Corp. http://www.ld.com (SYN# 0008 19970701\A-0008.SOL)


A - Research and Development Index Page