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