Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15,1997 PSA#1910

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

A -- JOINT EXPENDABLE TURBINE ENGINE CONCEPT (JETEC) PART 2 OF 2 SOL PRDA 97-04-POK DUE 093097 POC Christal Borum, WL/POKB, Contract Negotiator, (937) 255-4818, 1Lt Cameron C. Cunningham, WL/POTP, Project Engineer, (937) 255-2767 D-PROPOSAL PREPARATION INSTRUCTIONS: 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. Classified information is expected and should be included where appropriate. The proposal shall be submitted in three volumes consisting of: (1) The Technical and Management Volume which shall consist of the basic IHPTET Phase III effort and all associated options. This Volume will consist of Oral Presentation overheads, written Executive Summary, Technical Addendum, and Design Information Package. The Technical and Management presentation will be submitted and presented to the government in a format similar to a Technical Review. Additional presentation guidance is outlined in the Proposal Preparation Guidelines addendum in the Supplemental Package. The contractor will be allotted up to six hours to present the proposal to the government. The contractor may be granted, upon request, two additional hours for every additional centerline engine being proposed. . All potential offerors must convey their intentions to submit a proposal to 1Lt. Cameron Cunningham, WL/POTP, (937) 255-2767 no later than 8 September 1997 by 1500. The Technical Addendum shall consist of any technical and management details considered necessary. The total page count of the Technical Addendum will not exceed 30 pages. Pages shall be typed double-spaced. An additional 10 pages in the technical addendum may be granted to a contractor, upon request, for every additional centerline engine being proposed. Also, a 10-page Executive Summary shall also be submitted with this volume. All classified overheads shall be provided in a separate package with cover sheet. The Design Information Package will consist only of the data identified in the Expendable Turbine Engine Design Information Requirements, which can be found in the Supplemental Package. (2) Cost Volume shall have a page limit of 200 pages. (3) Contracting Volume shall be typed single-spaced and shall not exceed 20 pages. Proposal pages beyond the above specified limits will not be considered during evaluation/ ranking. Further requirements can be found in the Proposal Preparation Guidelines. You are encouraged to submit all graphics by electronic means on CD ROM. Please note however, that no classified data shall be submitted on CD ROM. The Technical and Management Volume shall include a discussion of the nature and scope of the research addressing the basic program plus all optional tasks, and a discussion of how IHPTET Phase III links to Advanced Concepts. The IHPTET goals discussion should address design modeling and all required bookkeeping for performance and cost. For Phase III and proposed Advanced Concepts engine designs, the cycle definitions, configuration drawings, and system level benefits must be presented. As a minimum, the associated benefits must be justified at both the major subassembly and component level, engine level, and weapon system level. Advanced engine technologies are to be prioritized and quantified (include methodology). An advanced development plan on how to achieve the goals shall be submitted. The Phase III and Advanced Concepts engine relationship to future product line must be shown. Component production cost and engine development cost reduction benefits must be quantified in a detailed discussion comparing proposed technology to technology currently incorporated in the IHPTET baseline. The management portion shall include a summary of each section of the technical proposal, including all options, plans, procedures and methods for managing the entire program, government owned facilities required, proposed subcontracting, a summary description of system and procedures to control cost and measure performance. The Air Force and Navy anticipate Adequate Price Competition (APC) on this PRDA. Therefore, offerors are not required to submit certified cost or pricing data. However, if after receipt of proposals it is determined that APC does not exist, certified cost or pricing data (see FAR 15.804-4) will be required. As a part of their Cost Volume, the offeror must submit cost or pricing information together with supporting breakdowns. The Cost Volume will be evaluated for Reasonableness, Realism and Completeness. Therefore, it is requested that cost proposal information shall be broken down into Work Breakdown Structure (WBS) level 3. Price breakdown shall include a personhour and price breakdown per task per quarter, together with supporting schedules. The Contracting Volume shall include a proposed Statement of Work, any unique terms and conditions, a statement of expiration date of offeror's proposal, and other data/ material not required in other volumes. E-BASIS FOR AWARD: Selection/award will be based on an integrated assessment of the results of the evaluation/ranking of the offerors' proposals considering Technical, Management, and Cost areas. The areas of evaluation in descending order of importance are Technical, Management, and Cost. Offerors will be ranked based upon these evaluation areas. Multiple awards are anticipated subject to successful negotiations of a contract and availability of Government funding. The ranking criteria, in descending order of importance, are: (1) Technical -- the contractors technical approach will be evaluated for its: (a) Relevancy of the proposed effort to meet the JETEC Phase III thrust-to-airflow (Fn/Wa) and/or thrust-specific fuel consumption (SFC) and production cost goals, and the link between the Phase III plan and Advanced Concepts plan, (b) Soundness of approach as demonstrated by risk reduction approaches such as teaming arrangements with other contractors, component test plans and structural, aerodynamic, and cost modeling analysis tools, (c) The offeror's understanding of the scope of the work and the IHPTET program, (d) Special technical factors including the contractor's use of unique and innovative design concepts, utilization of advanced design and analysis tools, utilization of unique materials (i.e. casting alloys, metal matrix composites, ceramic matrix composites, monolithic ceramics, and intermetallics) or manufacturing processes, and other factors to reduce risk and improve affordability, (e) Compliance with the JETEC program requirement to have an existing approved or modified Government coordinated plan (ATPP) for integration of advanced component technologies into a turbine engine in the limited-life class. (2) Management -- (a) Management organization and appropriateness of personnel assigned to the JETEC program including the management of proposed contractor teaming arrangements, (b) Reporting and procedures for managing the program, and (c) Financial Management and Cost Control. 3) Cost -- Cost and/or price will be a substantial factor for award and will be evaluated for reasonableness, realism, and completeness. No further evaluation criteria will be used in proposal selection. Technical, Management, and Cost evaluations shall be accomplished concurrently. Optional tasks will be evaluated in conjunction with the basic program. The total price of those optional tasks for inclusion into the contract will be considered with the basic program to determine the total value of the program. The selection of optional tasks will be based on the overall evaluation by the Government. Proposals should reference the above PRDA number. The Government reserves the right to select for award all, part, or none of the proposals received. The Technical and Management Volume 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. This announcement is an expression of interest only and does not commit the Government to pay for any response preparation costs. The cost of preparing proposals in response to this PRDA is not considered an allowable direct charge to any resulting contract or to any other contract. It is, however, an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.203-18. Specific technical requirements and other instructions follow. F-PRDA CONTACT POINTS: Questions on technical issues may be referred to Wright Laboratory, Aero Propulsion and Power Directorate, 1Lt. Cameron C. Cunningham, WL/POTP, 1950 Fifth Street, Wright-Patterson AFB, OH 45433-7251, (937) 255-2767, cunnincc@wl.wpafb.af.mil, or to the Naval Air Warfare Center Aircraft Division, Propulsion and Power Engineering Department, Chris A. Georgiou, 22195 Elmer Road, Unit 4, Patuxent River MD, 20670-1534, (301) 757-0460, georgiou_ chris%pax4a@mr.nawcad.navy.mil. Questions on contractual or cost issues should be directed to Wright Laboratory Directorate of R&D Contracting, Ms. Christal Borum (or Mr. Anthony Everidge), WL/POKB, 2530 C Street, Wright-Patterson AFB, OH 45433-7607, (937) 255-4818 or to the Department of the Navy, Contracts Division, Attn: 262LS, Bldg 588, MS32, Naval Air Warfare Center -- Aircraft Division, Patuxent River, MD 20670-5304, Attn: Beverly Abell, (301) 342-1393x21. Note: Offerors may, at any time, contact the individuals listed for clarification of technical/contractual issues and cost response format. Note: Offerors are advised that only contracting officers are legally authorized to commit the Government. An Ombudsman has been appointed to hear concerns 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 established channels to voice concerns before resorting to the use of the Ombudsman. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals. Interested parties should direct all routine communication concerning this acquisition to Ms. Christal Borum and Ms. Beverly Abell. 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 may be directed to the Ombudsman, Mr. Michael Coalson, ASC/SYI Bldg 52, 2475 K Street, Suite 1, WPAFB, OH 45433-7642, (937)255-3855. E-Mail: coalson@sy.wpafb.af.mil. All responsible sources may submit a proposal which shall be considered by the agency. See Note 26. (0225)

Loren Data Corp. http://www.ld.com (SYN# 0003 19970815\A-0003.SOL)


A - Research and Development Index Page