|
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 COMMERCIALLY
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: This is part 2 of 2
parts of the solictation for the program entitled " Parts Obsolescence
and the Application of Commercially Manufactured Electronics ". The
solicitation number is BAA-98-14-MLKT. This continuation reprints
section D of the solicitation and also contains sections E and F.
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 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) 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 inSOW 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 moresources 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 is
ranked as the second order of priority. The evaluation of cost will
include an assessment of the quantity and quality of cost share. No
other evaluation criteria will be used. The technical and cost
information will be evaluated at the same time. The Air Force reserves
the right to select for award of a contract, grant or other assistance
instrument, any, all, part, or none of the proposals received. Award of
a grant, in lieu of a contract, to universities and nonprofit
institutions will be considered and will be subject to the mutual
agreement of the parties. F-POINTS OF CONTACT: (1) Technical Points of
Contact: Engineer, Tony Bumbalough (937) 255-2644 (email
bumbalab@ml.wpafb.af.mil) Wright-Patterson Air Force Base, OH
45433-7739. Contracting/Cost Point of Contact: Questions related to the
contract/cost issues should be directed to the Air Force Research
Laboratory, Directorate of Research and Development Contracting,
William Underwood, AFRL/MLKT, Wright-Patterson Air Force Base, OH
45433-7607, (937) 255-7143/3506, email underwwt@wl.wpafb.af.mil. (2) An
Ombudsman has been appointed to hear concerns from offerors and
potential offerors during the proposal development phase of this
acquisition. The purpose of the Ombudsman is not to diminish the
authority of the Contracting Officer, but tocommunicate contractor
concerns, issues, disagreements and recommendations to the appropriate
government personnel. All potential offerors should use established
channels to voice concerns before resorting to use of the Ombudsman.
When requested, the Ombudsman will maintain strict confidentiality as
to the source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the selection decision. Interested
parties should direct all routine communication concerning this
acquisition to William Underwood, Contract Negotiator, AFRL/MLKT,
Building 7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607,
Telephone 937-255-3506. The Ombudsman should only be contacted with
issues or problems that have been previously brought to the attention
of the Contracting Officer and could not be satisfactorily resolved at
that level. These serious concerns only may be directed to the
Ombudsman, Lt.Col. James Bixler, DET 1 AFRL/PK, Bldg. 7, 2530 C Street,
Wright Patterson AFB, OH 45433-7642, email bixlerjp@wl.wpafb.af.mil;
telephone 937-255-4813. See Note 26. (0083) Loren Data Corp. http://www.ld.com (SYN# 0006 19980326\A-0006.SOL)
A - Research and Development Index Page
|
|