Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1997 PSA#1936

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

A -- DYNAMIC DATA ANALYSIS AND IMPLEMENTATION (DDAI) SOL PRDA 97-06-FIK DUE 091897 POC Ms Genet Stewart, Contract Negotiator, (937) 255-5901, or Lawerence W. Kopa, Contracting Officer, (937) 255-5901 WEB: click here to view the supplemental package, http://www.wl.wpafb.af.mil/contract/hp.htm. E-MAIL: click here to contact the contract negotiator, stewargr@b045mail.wpafb.af.mil. INTRODUCTION: Wright Laboratory (WL/FIGC) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to the PRDA shall be received no later than 12 Nov, 1997, 1500 hours, Eastern Time, addressed to WRIGHT LABORATORY, DIRECTORATE OF R&D CONTRACTING, WL/FIKA BLDG 7, ATTN: GENET STEWART, 2530 C ST, WRIGHT-PATTERSON AFB OH 45433-7607. This is an unrestricted PRDA. Small businesses are encouraged to propose on this PRDA. Proposals submitted shall be in accordance with this announcement. Proposal submission after the cutoff date specified herein shall be treated IAW 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. This PRDA may be amended to allow subsequent submission of proposal dates. Information incorporated in a supplemental package isnecessary for proposal preparation. The Wright Laboratory Guide titled "PRDA and BAA Guide for Industry", dated November 1992, also provides information specifically designed to assist offerors in understanding the PRDA/BAA proposal process. The "PRDA and BAA Guide for Industry" and the supplemental package of proposal information are available through either of the following methods: (1) Download from the Internet -- The "PRDA and BAA Guide for Industry" is available on the Wright Laboratory R&D Contracting Home Page (www.wl.wpafb.af.mil/contract/hp.htm) under "A Contracting Toolbox", "PRDA/BAA Indexed Guide". The supplemental package is available on the same home page under "Contracting Opportunities", as "DDAISUP". If using this method to obtain the information, please confirm receipt by providing your name, address, and telephone number via e-mail or fax to Genet Stewart, Contract Negotiator. Fax number is (937) 255-4255 or (937) 255-4434. E-mail address is stewargr@b045mail.wpafb.af.mil. (2) You may submit a request for the package in writing if you are unable to access or download the information from the home page. Written requests should be addressed to Genet Stewart, WL/FIKA, BLDG 7, 2530 C ST, WRIGHT-PATTERSON AFB OH 45433-7607, (937) 255-5937. B -- REQUIREMENTS: (1) Technical Description: Next generation fighter and attack aircraft will require a combination of low radar cross section and high agility characteristics in order to remain survivable and lethal over future battlefields. These rapidly maneuvering, unstable and control power critical aircraft require highly accurate modeling to validate their feasibility. Current methods for modeling these aircraft in maneuvering flight do not provide "edge-of-the-envelope" aerodynamic data with enough accuracy to be confidently used during aircraft design or flight control system development. Called Dynamic Data Analysis and Implementation (DDAI), this program's objective is to investigate, develop, and validate improved methods for modeling the highly nonlinear aerodynamics of maneuvering military aircraft. (2) Wright Laboratory intends to award one Indefinite Delivery / Indefinite Quantity (ID/IQ) contract to develop technologies in support of the objective. Three problem statements have been identified as candidate delivery orders for DDAI: 01 Testing Techniques; 02 Parametric Configuration Database; and 03 Data Implementation. Candidate Delivery Order 02 is currently planned to be issued at time of contract award. Proposals are required for all 3 candidate delivery orders for evaluation purposes. Offerors must submit acceptable proposals for all three candidate delivery orders to be eligible for award. The initial increment of funding for the first DDAI delivery order will comprise the minimum amount for the ID/IQ contract resulting from this PRDA. The Air Force reserves the right to award any one or more of the candidate delivery orders based on funding availability. The problem statement for each candidate delivery order is included in the Supplemental Package for this PRDA. (3) Deliverable Items: Deliverables will be tailored to each delivery order. Any ID/IQ contract resulting from this PRDA will include the following deliverable items as made applicable for each delivery order: (a) DI-A-3002A -- R&D STATUS REPORT, MTHLY; (b) DI-FNCL-80912/T -- PERFORMANCE AND COST REPORT, MTHLY; (c) DI-MGMT-81468/T -- CONTRACT FUNDS STATUS REPORT (CFSR), QRTLY; (d) DI-MISC-80711/T -- SCIENTIFIC AND TECHNICAL REPORTS, Final Report, ONE/R; (e) DI-MISC-80711/T -- SCIENTIFIC AND TECHNICAL REPORTS, Contractor's Billing Voucher, MTHLY; (f) DI-A-3024A -- PRESENTATION MATERIAL, ASREQ; (g) DI-DRPR-81003 -- COMMERCIAL DRAWINGS AND ASSOCIATED LISTS, ASREQ; (h) DI-SAFT-80102A -- SAFETY ASSESSMENT REPORT, ASREQ; (I) DI-MCCR-80019A -- SOFTWARE USER'S MANUAL, ASREQ; (j) Wind tunnel models, hardware and software as may be developed for this contract based on individual delivery order requirements. (4) Security Requirements: As set forth in each delivery order. C -- ADDITIONAL INFORMATION: (1) The total anticipated period of performance for the total ID/IQ contract will be 84 months. Individual delivery order performance periods will be specified within each delivery order. (2) Anticipated Award Date: September XX, 1997. (3) Government Estimate: The Government funding profile (in $1,000s) for the overall ID/IQ contract is estimated to be as follows: FY97-$10; FY98-$690; FY99-$700; FY00-$700; FY01-$700; FY02-$700; FY03-$700, FY04-$700; TOTAL-$4900. The estimated funding profile for each Candidate Delivery Order is included in the supplemental package. The funding profiles are provided for proposal preparation purposes only and do not constitute the actual amounts to be funded. All funding is subject to change due to Government discretion and availability. The overall ceiling of the contract is estimated to be $4,900,000. The total of all delivery orders issued under this contract shall not exceed $4,900,000. (4) Type of Contract: It is anticipated that the basic contract will be ID/IQ. All delivery orders issued will be Cost Plus Fixed Fee (completion) or Cost (no fee). Any grants or cooperative agreements awarded will be Cost (no fee). (5) Government Furnished Property: Any anticipated GFP for the initial problem statements is specified in the supplemental package. Future delivery orders will specify any GFP as may be deemed appropriate. (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 contracting point of contact cited herein 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, 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 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 which shall 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) Page Limitations: The basic technical proposal shall be limited to 80 pages plus an additional 20 pages for each candidate delivery order including the delivery order Statement of Work (SOW). The proposal shall be written with 12 pitch or larger type, double spaced, single sided, on 8.5 x 11 inch paper. The page limitations include all information such as the respective SOWs, indices, photographs, foldouts, appendices, and any other attachments except as specifically exempted below. Cost proposals will only be required for each individual candidate delivery order proposed. While there are no specific cost proposal page limitations, offerors are requested to limit the number of pages to no more than 15 as a goal for each delivery order cost proposal. (3) Cost Proposal: The accompanying cost/price breakdown shall be supplied on a SF 1448, together with supporting schedules, and shall contain a person-hour breakdown per task. Copies of the above referenced forms may be obtained from the contracting officer cited herein. (4) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. It shall also include the delivery order SOWs detailing the technical tasks proposed to be accomplished under the proposed effort and be suitable for contract incorporation. Offerors should refer to the WL Guide referenced in Section A to assist in SOW preparation. Any questions concerning the technical proposal or SOW preparation shall be referred to the technical point of contact cited in this announcement. Additional information on prior work in this area, descriptions of facilities, and resumes of personnel who will be participating in this effort should also be included as attachments to the technical proposal and will not be included in the page limit provided these attachments are so marked as noted hereby. (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 contract or any other. 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 Air Force anticipates awarding one ID/IQ contract to include the award of one or more delivery orders. Only offerors that include proposals for all three candidate delivery orders in their proposal are eligible should the Air Force indeed make only one award. The Air Force reserves the right to select for one or more awards of a contract, grant, or cooperative agreement any, all, part, or none of the proposals received. The selection of one or more sources for contract 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 this announcement. The technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria which are of approximately equal importance: (a) offeror's understanding of the scope of the technical effort; (b) soundness of offeror's technical approach; and (c) availability of qualified technical personnel and their past experience with model construction, rotary balance and forced oscillation testing, and aircraft simulation. Organization, clarity, & thoroughness of the proposed SOW and cost are ranked as the second order of priority. No other evaluation criteria shall be used. The technical and cost information will be evaluated at the same time. Award of a grant to universities or nonprofit institutions, in lieu of a contract, will be considered and will be subject to the mutual agreement of the parties. F -- POINTS OF CONTACT: (1) Technical Point of Contact: Bill Gillard, Project Engineer, WL/FIGC BLDG 146, 2210 EIGHTH ST STE 21, WRIGHT-PATTERSON AFB, OH 45433-7531, Phone: (937) 255-8490, Email: gillarwj@b045mail.wpafb.af.mil. (2) Direct all requests for solicitations and routine communication concerning this acquisition to the Contracting/ Cost Point of Contact: Genet Stewart, WL/FIKA BLDG 7, 2530 C ST, WRIGHT-PATTERSON AFB, OH 45433-7607, Phone: (937) 255-5937, Email: stewargr@b045mail.wpafb.af.mil. OMBUDSMAN: An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements and recommendations to the appropriate government personnel.. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsmand does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman, Mr. Michael S. Coalson, ASC/SYI, Bldg 52, 2475 K St., Suite 1, WPAFB OH 45433-7642. Email: coalsoms@ (0262)

Loren Data Corp. http://www.ld.com (SYN# 0005 19970923\A-0005.SOL)


A - Research and Development Index Page