Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1998 PSA#2060

R&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