|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29,1997 PSA#1920R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- MONOPULSE ANGLE JAMMING INTEGRATED COUNTERMEASURE (MAJIC) RISK
REDUCTION SOL PRDA NO. 97-23-AAK DUE 102197 POC Tom Rogers, Contract
Negotiator, (937) 255-5201 or Ken Smith, Contracting Officer, (937)
255-5201 E-MAIL: click here to contact the contract negotiator,
rogerstb@aa.wpafb.af.mil. INTRODUCTION: Wright Laboratory (WL/AAKR) is
interested in receiving proposals (technical and cost) on the research
effort described below. Proposals in response to this PRDA shall be
submitted by 21 October 1997, 1500 hours Eastern Time, addressed to
WL/AAKR, 2530 C Street, Wright Patterson AFB OH 45433-7607, Attn: Tom
Rogers. This is an unrestricted solicitation. Proposals submitted shall
be in accordance with this announcement. Proposal submission after the
cutoff date 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 PRDA amendments that may be published, offerors should
request a copy of the WL Guide entitled, "PRDA and BAA Guide for
Industry." This guide was specifically designed to assist offerors in
understanding the PRDA/BAA proposal process. Copies may be requested
from Mr. Rogers WL/AAKR, Wright-Patterson AFB, OH 45433-7607 telephone
(937) 255-2902 or downloaded from the WL/PK web site at
www.wl.wpafb.af.mil/contract. B -- REQUIREMENTS: (1) Technical
Description: The purpose of this effort is the test and evaluation of
experimental hardware incorporating a specific electronic
countermeasure (ECM) technique. The specific technique has been
identified as having potential to counter certain target tracking
radars that are potential threats to US Air Force aircraft. The purpose
of the technique is to counter the tracking mode of the radars to
prevent guided missile launch, rather than counter the missile seeker
after launch. The specific electronic countermeasure technique of
interest for this procurement is described in a classified supplement.
The classified SECRET supplement may be obtained from the technical
point of contact. An appropriate facility clearance must accompany the
request in order to receive the package. Classified facility and
storage requirements apply. See following item (3) Security
Requirements. Proposals must include design, development and
fabrication of an experimental brassboard for test and evaluation by
the government. The test and evaluation shall be conducted at Eglin
AFB, FL and Edwards AFB, CA. Proposals must include support of a six
week deployment after design, development and fabrication at each of
the test sites to support the test and evaluation. The intent of the
ground-to-ground and ground-to-air tests is to demonstrate the specific
technique against both pulsed radars and pulse Doppler radars. The
radars for the ground-to-ground and ground-to-air tests will be
government-furnished and operated. The contractor shall propose to
operate and maintain the ECM brassboard hardware during the test and
evaluation. The ECM brassboard hardware will be ground mounted during
the ground to air flight test. (2) Deliverable Items: The ECM
brassboard to be designed, developed and fabricated under the contract
shall be a deliverable item with unlimited rights after completion of
the test and evaluation. The offeror may submit an optional cost
proposal that excludes the developmental brassboard as a deliverable
item in instances where the brassboard contains significant contractor
furnished hardware or was developed with a significant amount of IR&D.
The following deliverable data items shall be proposed: (a) Status
Report, DI-MGMT-80368/T, monthly; (b) Funds and Man-hour Expenditure
Report, DI-FNCL-80331/T, monthly; (c) Project Planning Chart,
DI-MGMT-80507A/T monthly; (d) Contract Funds Status Report (CFSR),
DI-MGMT-81468/T, quarterly; (e) Presentation Material, DI-ADMN-81373/T,
as required; (f) Scientific and Technical Reports, Contractor's Billing
Voucher, DI-MISC-80711/T, monthly; and (g) Scientific and Technical
Reports, Final Report, DI-MISC-80711/T, (Draft and Reproducible Final).
(3) Security Requirements: SECRET facility and storage clearance
requirements will apply. The WL Electronic Warfare Security
Classification Guide dated 1 March 1989 applies. TEMPEST requirements
will apply. Generation of classified material for this solicitation
effort is authorized only on equipment approved for classified
processing by Air Force TEMPEST authorities. (4) Other Special
Requirements: International Traffic in Arms Restrictions (ITAR) apply.
Since Public Law 98-94, Withholding Unclassified Technical Data from
Public Release, will apply, offerors must prepare a DD Form 2345,
Export Controlled DOD Technical Data Agreement and forward it to:
Commander, Defense Logistics Service Center, ATTN: DLSC/FBA, Federal
Center, Battle Creek, MI 49017-3084, or provide evidence that
registration with DLSC is already on file. (5) Limitations and Rights:
The Government shall have unlimited rights to all data delivered.
However, it is anticipated that some offerors may propose to deliver
proprietary computer software (including preprocessing software, CEM
codes, and postprocessing software). If so, the offeror must clearly
specify any limitations on the Government's rights to use or disclose
such software, as well as the cost to the Government to purchase rights
to it. Accordingly, the offeror shall submit a price for which it would
provide proprietary computer software to the government with the
following restricted rights: rights to use, duplicate, release or
disclose in whole or in part, in any manner and for government purposes
only. C -- ADDITIONAL INFORMATION: (1) Anticipated Period of
Performance: The total length of the technical effort is estimated to
be 20 months. The contractor shall also provide for an additional 4
months for processing and completion of the final report. Total
contract period will be 24 months. (2) Expected Award Date: March 1998.
The Government anticipates a single contract award from this
announcement. Also, the government reserves the right to award based on
the entire proposal or any portion thereof. (3) Government Estimate:
The government anticipates a single contract award at an approximate
value of $1,500,000 spread over two fiscal years: FY98, $300,000; FY99,
$1,200,000. This funding profile is an estimate only and is not a
promise for funding as all funding is subject to change due to
government discretion and availability. (4) Type of contract: The
Government anticipates award of a Cost Plus Fixed Fee (CPFF).
University grants will also be considered. (5) Government Furnished
Property (GFP): The government intends to furnish the following: The
threat radars for the ground-to-ground testing, the enclosures for
housing the contractor brassboard hardware, and the towers for mounting
the ECM brassboard antenna. The government also intends to provide a
flight test aircraft with an instrumented test radar as a surrogate
threat for the ground-to-air flight test. (6) Size Status: For the
purpose of this acquisition, the size standard is 500 employees (SIC
8731). (7) Notice to Foreign-Owned Firms: Such firms are asked to
immediately notify the Air Force point 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 PRDA number. Proposals shall be submitted in an original and five
copies. All responsible sources may submit a proposal that will 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
government anticipates this acquisition being based on adequate price
competition.. Therefore, to permit a cost realism analysis, the
submission of an SF 1448, available from the contracting point of
contract, is required instead of an SF 1411. A suggested format for
submission of cost information is available from the contracting point
of contact. Contractors are urged to use this format (which may be
tailored as needed) in the submission of cost proposals. (3) Technical
Proposal: The technical proposal shall include a discussion of the
nature and scope of the research and the technical approach. Additional
information on prior work in this area, descriptions of available
equipment, data and facilities, and resumes of personnel who will be
participating in this effort should also be included as attachments to
the technical proposal. The technical proposal shall include a
Description/Specification (D/S) 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 D/S preparation. Any questions concerning the
technical proposal or D/S preparation shall be referred to the
Technical Point of Contact cited in this announcement. (4) Page
Limitations: The technical proposal shall be limited to 75 pages (12
pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches.
The page limitation includes all information, that is indexes,
photographs, foldouts, appendices, attachments, etc. Pages in excess of
this limitation will not be considered by the government. Cost
proposals have no limitations; however, offerors are asked to use the
suggested cost format and to keep cost proposals to 20 pages as a goal.
(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 PRDA 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 an evaluation of an
offeror's response (both technical and cost aspects) to determine the
overall merit of the proposal in response to the announcement. The
technical aspect, which is ranked as the first order of priority, shall
be evaluated based on the following criteria which are in descending
order of importance: (a) new and creative solutions that demonstrate
the offeror's understanding of the challenges in implementing the
specific technique described in the classified supplement and how their
new and creative solution will overcome these challenges; (b) soundness
of offeror's technical approach; (c) the offeror's past experience with
applicable technologies; specifically, the design, development, and
fabrication of developmental hardware for the specific or similar
techniques described in the classified supplement; (d) the availability
of qualified technical personnel and their experience with applicable
technologies, their understanding of threat radars, and their
experience with test and evaluation of electronic countermeasures
hardware; (e) the availability from any source, of necessary research,
laboratory, and shop facilities and target generators for the test and
evaluation phase; and (f) organization, clarity, and thoroughness of
the proposed Statement of Work (SOW). Cost, which includes
consideration of proposed budgets and funding profiles, is a
substantial factor, but is ranked as the second order of priority. 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: 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 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 the 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 Contracting Point of
Contact. (1) Ombudsman: Mike S. Coalson, ASC/SYI, Bldg. 52, 2475 K
Street, Wright Patterson AFB, OH 45433-7642; phone number is (937)
255-5535, ext. 232; E-mail: coalson@sy.wpafb.af.mil. (2) Technical
Contact Point: Engineer, Thomas L. Madden, WL/AAMW, 2241 Avionics
circle, Suite N3-F10, Wright-Patterson Air Force Base, OH 45433-7333,
telephone (937) 255-5579 ext. 4256, e-mail: maddentl@aa.wpafb.af.mil.
Requests for the classified supplement to this acquisition should be
directed to Mr. Madden. (3) Contracting Point of Contact: Mr. Thomas B.
Rogers, Contract Negotiator, Wright Laboratory, Directorate of Research
and Development Contracting, WL/AAKR, Wright-Patterson Air Force Base,
OH 45433-7607, telephone (937) 255-5201, e-mail:
rogerstb@aa.wpafb.af.mil. Questions and requests for suggested format
for submission of cost proposals related to contract/cost issues should
be directed to Mr. Rogers. (0239) Loren Data Corp. http://www.ld.com (SYN# 0006 19970829\A-0006.SOL)
A - Research and Development Index Page
|
|