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