Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29,1997 PSA#1920

R&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