Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1998 PSA#2043

Ballistic Missile Defense Organization, BMDO/DCT, 1725 Jefferson Davis Highway, Suite 809, Arlington, VA 22202

A -- SCIENTIFIC, ENGINEERING, AND PROGRAM SUPPORT FOR THE DIRECTED ENERGY DIRECTORATE SOL HQ0006-98-R-0004 POC POC: Ms. Susan Meehling, Contract Specialist, (703) 604-4558, BMDO Reference Number: 98-05 The synopsis originally publicized in the CBD dated Oct. 1, 1996, BMDO Reference Number 96-32, is replaced in total. The Ballistic Missile Defense Organization (BMDO), Directed Energy Directorate (BMDO/TOD) requires scientific, engineering, and program support services concentrated on High-Energy Laser (HEL) and supporting Acquisition, Tracking, and Pointing (ATP) technologies and programs, as well as on the required modeling to develop and refine mission definition and concept-of-operations. The requirement is expected to be structured into two principle task areas: Program Support, and Special Studies. Program support consists of assisting BMDO/TOD in performing the required HEL technology identification and assessment; system analyses; program planning and assessment; and test and evaluation efforts. Special studies consist of concept formulation, research, development, design, systems integration, and scientific, engineering efforts to augment the BMDO/TOD office in those programmatic, scientific, and technical areas which require detailed, intensive, and time-consuming analysis. The breadth of laser technologies encompassed here include near-term concepts such as mid-wavelength infrared (IR) chemical lasers as well as concepts involving short wavelength IR and visible chemical, solid state, diode, and Free Electron Lasers (FELs), as well as the associated technologies necessary to launch, test, and operate an HEL system. The required HEL and ATP related efforts in support of the Directed Energy Directorate shall include: mission and operational requirements assessment; concept of operations assessment; concept formulation and development planning; system architecture analysis; system performance specification; scientific, technology and engineering evaluation; system engineering, program development, and planning support; program budget and schedule impact analyses, risk analysis, configuration management, logistics, reliability and maintainability, environmental impact analysis; safety and life cyclecost assessment, design and integration evaluation, and independent cost estimates. Principle efforts include theory and concept development, engineering analysis, computer modeling, and systems simulation. Personnel security clearances of TOP SECRET and SECRET, Sensitive Compartmented Information (SCI) will be required. Access to a TOP SECRET, Sensitive Compartmented Information Facility (SCIF) will be required. The Government intends to utilize the following streamlined evaluation process: 1. Approximately two weeks before the RFP release, the government will conduct pre-solicitation "one-on-one meetings" with offerors expressing interest. Ten days after RFP release Offerors will be required to submit non-cost capability information only consisting of the corporate experience summary and the technical expertise summary. 2. The Government evaluation team will conduct an initial evaluation of the non-cost proposal and conduct face-to-face "discussions" with Offerors within approximately one week following receipt of the capability information by the government. 3. Immediately following discussions, Offerors determined to be lacking a reasonable probability of award(based on the initial evaluation/discussions)will be informed of their low probability of award. All other offerors will be advised of their "capability weaknesses" without discussion of their relative standing or evaluation factor score. An offeror's withdrawal from the competition at this point is voluntary. 4. All Offerors who elect to remain in the competition will be asked to submit the Offer information (Cost Proposal and Business Proposal, Innovative support concepts and past performance information)although this does not preclude Offerors with low probability of award from submitting Offer information. 5. Following the receipt of Offer information the Government will complete its evaluation. 6. The Government plans to award without discussions, however, it reserves the right to hold discussions if it is advantageous to the Government. This streamlined source selection process is intended to increase the opportunity of award without discussion and reduce bid and proposal costs for Offerors with a low probability of award. The significant evaluation factors for award will include: Corporate Experience in High-Energy Laser Related Matters; Technical Expertise in High-Energy Laser Related Matters; Innovation in High-Energy Laser Concepts; Past Performance; and Cost. The contract will be a Cost-Plus-Fixed-Fee, Completion Contract with a Level-of-Effort CLIN for Special Studies at approximately 25% of the total effort. The Contract will consist of a 2-year base period and three 1-year options. Planned contract award is May 1998. Historically, it has required approximately 24,000 labor-hours per year to perform this type of effort under a contract. The draft Statement of Work, other technical description documents, and RFP information will be posted, as they become available, to the BMDO Acquisition Reporting Bulletin Board (BARBB)at http://www.acq.osd.mil/bmdo/barbb/barbb.htm. Any prospective prime contractor desiring to provide a pre-solicitation technical presentation and engage in communication of their technical approach or alternate ways to refine the Government's requirement based on draft requirements documents posted to the BARBB may contact Ms. Susan Meehling at (703) 604-4558 to arrange a meeting with BMDO contracting officials. PRE-SOLICITATION TECHNICAL PRESENTATIONS SHALL BE LIMITED TO PRIME CONTRACTORS AND THEIR PROSPECTIVE SUBCONTRACTORS OR TEAMS AND SHALL NOT EXCEED TWO HOURS. BMDO plans to hold pre-solicitation presentations on March 12, 13, and 16, 1998 and requests for presentations will not be accepted after close of business on March 11, 1998. Small businesses/small disadvantaged businesses as defined in Standard Industrial Classification Code 8731, Commercial, Physical and Biological Research, Space Vehicles and Guided Missiles, Their Propulsion Units, Their Propulsion Unit Parts and Their Auxiliary Equipment and Parts (1,000 employees), who would potentially submit prime contract proposals for this procurement are invited to submit to the contracting office as early as possible, but not later than 15 days after this notice, evidence of their capability to perform the contract, in order to assist in a set-aside determination in accordance with FAR 19.5. The capability statements should specifically address the contractor's demonstrated capabilities in the areas identified above. The statements should also include the capabilities of proposed teaming partners and major subcontractors. Send written capability statements and RFP requests, referencing solicitation HQ0006-98-R-0004 and the BMDO synopsis Reference Number, to Ms. Susan Meehling, Ballistic Missile Defense Organization (BMDO) BMDO/DCT, 1725 Jefferson Davis Highway, Suite 809, Arlington, VA 22202. If adequate response is not received from responsible small business concerns offering the best capabilities, as discussed in FAR 19.502-2(b), the solicitation will be issued, without further notice, for full-and-open competition. Therefore, all large and small businesses interested should indicate their status and send RFP requests. (0058)

Loren Data Corp. http://www.ld.com (SYN# 0006 19980303\A-0006.SOL)


A - Research and Development Index Page