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