|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1998 PSA#2060R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- PARTS OBSOLESCENCE AND THE APPLICATION OF COMMERICALLY
MANUFACTURED ELECTRONICS SOL BAA- 98-14-MLKT POC Contact William
Underwood, Contract Negotiator, 937-255-3506 or Bruce J. Miller,
Contracting Officer, 937-255-3506 -- INTRODUCTION: The Manufacturing
Technology Division of the Air Force Research Laboratory, Materials and
Manufacturing Technology Directorate (AFRL/MLM) is interested in
receiving proposals (technical and cost) for the program entitled "
Parts Obsolescence and the Application of Commercially Manufactured
Electronics ". The solicitation number is BAA-98-14-MLKT. For
consideration, proposals in response to this BAA shall be received by
21 May 1998, 1500 hours Eastern Time, addressed to Air Force Research
Laboratory, Directorate of R&D Contracting, Building 7, Area B, Attn:
(Mr. William Underwood, AFRL/MLKT) Wright-Patterson AFB OH 45433-7607.
This is an unrestricted solicitation. A preproposal briefing will be
held at 1:00 PM on April 2, 1998 at Area B, Building 653, Cafetorium at
Wright-Patterson AFB OH. Please notify the technical point of contact
listed below no later than March 30, 1998 if you plan to attend. Small
businesses may propose on all or any part of this solicitation.
Proposals submitted shall be in accordance with this announcement.
Proposal receipt after the cutoff date specified herein shall be
treated in accordance with restrictions of FAR 52.215-1(c). A copy of
this provision may be obtained from the contracting point of contact.
Offerors should be alert for any BAA amendments that may be published.
Offerors should obtain 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
obtained from the contracting point of contact stated herein or the
Air Force Research Laboratory Contracting, Wright Research Site,
Contracting Office Web Page (http://www.wrs.afrl.af.mil/contract/).
This is the follow on solicitation referenced in BAA-97-11-MLKT "Parts
Obsolescence Tools", which was published in the CBD on 19 SEP 1998.
BAA-97-11-MLKT efforts are establishing commercially available parts
obsolescence management decision tools and reverse engineering tools
for electronic systems affected by parts obsolescence. It is expected
that any parts obsolescence management decision tools developed by that
effort will be generic enough in nature to support parts obsolescence
management decision making for electronic and non-electronic items
(e.g. engines, aircraft structures, etc.). Offerors awarded contracts
under this BAA will be expected to track the technology efforts and
interface in good faith with the companies receiving awards under
BAA-97-11-MLKT. They will be expected to provide meaningful
requirements and inputs that will help those companies develop useful
products. Government organized workshops shall be held semi-annually
during the projects to encourage this interfacing and information
exchange. Therefore, all Offerors shall include adequate travel costs
to attend these meetings. They are tentatively planned to be held at
Wright-Patterson AFB OH. This BAA effort focuses on the demonstration
and application of the products resulting from BAA-97-11-MLKT and key
technical issues that are necessary for improving the use of commercial
microcircuit technologies in defense systems (Ref. AREA A). Regardless
if a company was or was not selected for an award under BAA-97-11-MLKT
all companies are still eligible to submit a proposal on this BAA. B --
REQUIREMENTS: (1) TECHNICAL DESCRIPTION: Parts obsolescence problems
are prevalent in fielded and developmental systems where the service
life or development cycle is longer than the manufacturing life of one
or more components. With the typical electronic components today being
manufactured for only two to four years before new components and
manufacturing processes replace them, it is expected that most defense
systems will have obsolescence problems before fielding and will
certainly experience obsolescence during service life. The two purposes
of this BAA are: a) Application of Commercially Manufactured
Electronics (ACME): The objective of ACME is to address key technology
driven issues required to increase the cost effective use of
commercially manufactured electronics at the chip, board, and box level
as military parts become obsolete. b) Enact pilot program efforts which
establish best business policies and obsolescence management processes
and demonstrate their cost effectiveness for defense systems.
Therefore, this BAA is divided into two Areas for proposal and
evaluation purposes. AREA A: "Application of Commercially Manufactured
Electronics (ACME)" : Previous and current Air Force manufacturing
technology programs have identified problems and issues encountered in
producing military electronic hardware both on military and on a
commercial lines. Several of these technology problems and trends have
continually surfaced over the years. While being able to potentially
take advantage of commercial volumes of piece parts (passive and
active), military systems will be reliant on using custom Application
Specific Integrated Circuits (ASIC) or other large specialty Integrated
Circuits (ICs). The military demand for IC's is low, making it
difficult to ensure that these components are available over time. The
obsolescence of components and processes occurring in the ASIC
industry, is having a major impact on the military's ability to
affordably use these key products. As commercial ASIC processes change
to allow more ICs per wafer, the IC drive voltage requirements and
noise margins decrease. The reductions require improved voltage,
current, and EMI control in military power supplies and power
distribution systems if we are to use commercial technologies in
defense systems. Reliability, packaging, and assembly of these large
components are major concerns. In general, if a device is not designed
to operate in a given environment, the environment must be changed
through packaging techniques to meet the operational range of the
device. At the very least we must know, with much better accuracy, how
long the device will last in the given environment. This means
reliable packaging, assembly, or other reliability approaches become
critical, not only in terms of physical protection and thermal control,
but most importantly in life prediction. Improved reliability
prediction and verification are key factors in managing parts
obsolescence and are important for the effective use of commercial
products. The government is interested in and welcomes creative
approaches to addressing the following issues: 1) the effective
military application and assembly of commercial ASIC devices as their
processes and drive voltages change over the years, specifically
understanding the capability of ASIC processes and macro-cells to
produce integrated circuits which meet military requirements without
impacting the ASIC vendor's processes and business. This includes
packaging, assembly, improved power sources, or other approaches
required to reliably use these commercial components in military
systems. 2) The verification and assessment of existing physics of
failure reliability models and tools against a commercial company's
field return data. Release of the company'sdata would not be required,
just the assessment of the value and recommendations on model
improvements. AREA B: "Obsolescence Management Pilot Program(s)": This
section addresses, through pilot type demonstration programs,
improving corporate level policies and procedures, the cost
effectiveness of parts obsolescence management tools (being developed
under BAA-97-11-MLKT), and the effectiveness of technology efforts
developed in Area A of this BAA. The focus of the obsolescence
management decision tools being developed under BAA-97-11-MLKT is to
provide the obsolescence management community with timely information
and commercially available tools necessary to determine the most
cost-effective solution which considers relevant variables. Relevant
variables include current system availability, system life cycle
expectations, system part content (indenturing), existing engineering
data, system testing costs, current system operating costs, redesign
and manufacturing costs, and impacts on system hardware and software
configurations. In addition to these variables, affordable life cycle
costs are impacted directly by the business practices and policies
used. The importance of business practices and policies was endorsed
when parts obsolescence was the number one issue identified by the Lean
Forum IV electronics sector. Lean policies and procedures directly
apply and must be cost effectively maintained and integrated within the
corporate structure. Management of parts obsolescence must be viewed
and implemented from both system engineering and business perspectives.
It must become institutionalized as an important corporate function.
The following areas are especially important: obsolescence management
data collection and maintenance (including manufacturing and design
costs); Form Fit Function and Interfaces (F3I) definitions; corporate
specific decision matrices; timely information exchange across the
corporation including cycle times and flow rates; and design processes
and procedures. All these activities must continually improve to
insure maximum cost effectiveness. During the first year and a half to
two years of Area B effort, a pilot type program should baseline
current procedures and practices (collecting engineering, business and
cost data), establish quantifiable metrics, and interact with the
tools and technology development programs. The selected Offerors should
actively help those tools and technology efforts define and evaluate
their products to insure successful utilization by corporations and
government repair centers. Also during this period, the pilot effort,
should formulate, streamline, and implement improved lean corporate
processes and policies. Ideally during this period, the awardees would
also be meeting with AFRL/MLM sustainment representatives, appropriate
repair centers, System Program Offices (SPO's) or System Program
Directors (SPD's) to determine what would be the best demonstrations to
give the contractor and their potential customers confidence in using
the tools and concepts established in this BAA and BAA-97-11-MLKT. A
system/subsystem demonstration within the Area B pilot program should
be defined and selected no later than the end of the second year of the
program. The demonstration selection is an important activity and will
require Government approval before any further work on a pilot
demonstration effort would proceed. Any demonstration within Area B
must document the cost effectiveness of the policies, and the utility
of the tools established under BAA-97-11-MLKT and the Area A
technologies developed in this BAA. It must document cost versus
performance tradeoffs. The demonstration time frame is expected to last
an additional two or three years for a total Area B activity of between
four and five years. Proposed projects should enhance the current state
of the art by considering all relevant variables influencing a parts
obsolescence decision making process and improved information
integration and dissemination. This effort enables parts obsolescence
management personnel to be more proactive in their approaches to parts
obsolescence management. The effort should demonstrate, validate and
document the benefits and cost avoidance of utilizing a corporate
approach and "lean" concepts in parts obsolescence management.(2)
Deliverable Items: The following deliverable data items shall be
proposed: (a) Status Report, DI-MGMT-80368/T, monthly; (b) Funds and
Manhour Expenditure Report, DI-FNCL-80331/T monthly; (c) Project
Planning Chart, DI-MGMT-80507A/T quarterly; (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, DI-MISC-80711/T, (Draft and
Reproducible Final). (3) Security Requirements: It is anticipated that
work performed as a result of this BAA will be unclassified. (4) Other
Special Requirements: None. C -- ADDITIONAL INFORMATION: (1)
Anticipated Period of Performance: The total length of the technical
effort is estimated to be 48 months for Area A and 48-54 months for
Area B. Contractors shall also provide for an additional 4 months for
processing/completion of the final report after completion of the
technical efforts. Offerors may propose and be awarded work described
as Area A or B or both Area A and B. Should an Offeror propose on both,
each area should be presented in a separate proposal (A & B) with
linkages and interdependencies between proposals clearly defined in the
Area B, "Obsolescence Management Pilot Program(s)", proposal. If
awarded both Areas the work shall be performed concurrently. (2)
Expected Award Date: September 1998. (3) Government Estimate: The
government anticipates three to four awards approximately $1,000,000 to
$3,000,000 plus Offeror cost share per each award for Area A and
approximately $6,250,000 plus Offeror cost share per award for Area B.
These funding profiles are estimates 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: Based upon Section
256 of the National Defense Authorization Act for Fiscal Year 1995
(Public Law 103-337), the use of a Cost share contract or a cooperative
agreements (which contains cost sharing) is required. It is noted that
FAR part 31 sets forth the principles for allowable cost share
pertaining to contracts while OMB Circular A-110 defines allowable cost
sharing for cooperative agreements. A copy of OMB Circular A-110 may be
obtained upon request by calling 202-395-9068. (5) Government Furnished
Property: None contemplated. (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 below upon deciding to
respond to this announcement. Foreign contractors should be aware that
restrictions apply which preclude their participation in this
acquisition as a prime contractor. Public Law 98-94 and ITAR are
applicable to this procurement action. D-PROPOSAL PREPARATION
INSTRUCTIONS: (1) General Instructions: Offerors should apply the
restrictive notice prescribed in the provision at FAR 52.215-1(g),
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 AFRL 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 BAA number.
Proposals shall be submitted in an original and ten copies. In addition
to the hard copies, full proposals, both technical and cost, are
required to be submitted on 3 -1/2 inch DOS-formatted floppy disks or
CD-ROM in Microsoft Word Version 7.0. All responsible sourcesmay 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) Cost Proposal: Adequate price competition is anticipated. Based
upon this ignore the pricing requirements contained the AFRL PRDA/BAA
Guide for Industry. The accompanying cost proposal/price breakdown
shall be furnished with supporting schedules and shall contain a
personhour breakdown per task. It shall also contain details as to the
development of material, and subcontractor costs. An analysis of each
major subcontractor shall be performed by the offeror and included in
the cost proposal. This review of subcontractors' proposals shall
discuss the adequacy of their technical approach in meeting their
assigned tasks. Also, discuss the adequacy of the proposed labor hours,
labor mix, materials and travel to accomplish the proposed effort.
Details of the cost sharing to be undertaken and the rationale for the
cost share percentage should be included in the cost proposal. (3)
Technical Proposal: The technical proposal shall include a discussion
of the nature and scope of the research and the technical approach.
Additional information such as synopses of 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 and are included in
the page limit. The technical proposal shall include (a) a Statement of
Work (SOW) detailing the technical tasks proposed to be accomplished
under the proposed effort, suitable for contract incorporation.
Offerors should refer to the AFRL 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, (b) a statement of intention, if
any, to use foreign nationals; (c) a breakout of person hours for each
major task in the SOW; and (d) the names and qualifications of
subcontractors, and the level of effort to be subcontracted. Offerors
are notified that the SOW, or any part thereof, may be incorporated by
reference, in any resulting award. The paragraph numbering used in the
technical proposal for the technical approach discussion, the SOW
tasks, and the cost proposal shall correlate. (4) Page Limitations: The
technical proposal shall be limited to 30 pages (12 pitch or larger
type), double-spaced, single-sided, 8.5 by 11 inches. Margins shall not
be less than 1.25". As noted in paragraph D.(1) above, the electronic
copy of the proposal shall be readable by Microsoft Office products.
The double spacing requirement shall be satisfied by Microsoft's Word's
double spacing method and the 12 pitch or larger requirement shall be
satisfied by setting the Microsoft Word For Windows type size (point)
at 10 or smaller. The page limitation includes all information, i.e.
indexes, photographs,foldouts, appendices, etc. The government will not
consider pages in excess of this limitation. Cost proposals have no
limitations, however, offerors are requested to keep cost proposals to
50 pages as a goal. (5) Preparation Cost: This announcement is an
expression of interest only and does not commit the Government to pay
for any response preparation cost. The cost of preparing proposals in
response to this BAA 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. If selected for negotiation, qualifying Offerors will be
required to submit small business subcontracting plans. E -- BASIS FOR
AWARD: The selection of one or more sources for award will be based on
an integrated 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 of equal importance: (a) new and creative solutions;
(b) the offeror's understanding of the scope of the technical effort;
(c) soundness of the offeror's technical approach, and proposed SOW;
and (d) the offeror's past experience and the availability of qualified
technical personnel. Cost and/or price, which includes consideration of
proposed budgets and funding profiles, is a substantial factor, but
(0083) Loren Data Corp. http://www.ld.com (SYN# 0005 19980326\A-0005.SOL)
A - Research and Development Index Page
|
|