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