|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1998 PSA#2083Commander, U.S. Army Aviation and Missile Command, Acquisition Center,
Research Development and Engineering Center, Redstone Arsenal, AL
35898-5000 A -- BROAD AGENCY ANNOUNCEMENT -- ADVANCED SOLID PROPELLANT ROCKET
MOTOR FOR HOLLOMAN SLED TRACK OPERATIONS SOL DAAH01-98-R-RB02 DUE
061198 POC Sue Howard, Contract Specialist, AMSAM-AC-RD-BA,
(256)876-7729, Harold Smith, Contracting Officer, (256)876-0908 5 March
1998 Broad Area Announcement (BAA) Advanced Solid Propellant Rocket
Motor for Holloman Sled Track Operations The Missile Research,
Development, and Engineering Center (MRDEC), AMCOM, is requesting
proposals for the design, development, fabrication, and delivery of
Advanced Solid Propellant Rocket Motors for operation on the sled track
at Holloman Air Force Base (HAFB), NM. This advanced solid rocket motor
shall be developed by an Integrated Product Team (IPT) consisting of
MRDEC, HAFB, and an industry partner selected as a result of this BAA.
The advanced rocket motor shall be used to provide HAFB with a
10,000-ft/sec maximum test velocity capability for sled track
operations. Attachment 01, to be furnished separately, contains an
initial set of design requirements for the rocket motor. These design
requirements shall change as the system development progresses.
Attachment 02, to be furnished separately, contains the proposed
program schedule. An initial preliminary design by MRDEC and HAFB shall
be completed upon award of the contract and shall be used as the
initial rocket motor design. The evaluation criteria for award of the
BAA are provided in this notice. Attachment 03, to be furnished
separately, contains the Qualification Test Matrix. The Government
shall conduct qualification of the rocket motor design and the
associated qualification testing shall be performed at Redstone
Technical Test Center (RTTC), Redstone Arsenal, AL and at HAFB, NM. The
contractor shall be responsible for development of a Technical Data
Package (TDP) in a format compatible with the Government's software.
The contractor shall also provide priced contract options for future
production motors in lots of 1 to 25 motors per year for up to 5 years
after completion of the motor program. A Statement of Work (SOW)
detailing the rocket motor development effort shall be submitted as
part of this BAA, a preliminary SOW is included in this notice. The SOW
presented in this notice shall represent the minimum programmatic
requirements for the contractual effort, and these requirements shall
be incorporated in the SOW that is delivered as part of the proposal.
REQUIREMENTS: This BAA is soliciting proposals from industry partners
to work as part of an IPT providing HAFB with a rocket motor capable of
propelling a sled train to 10,000 ft/sec. This contract shall be in two
phases. Phase I shall be the design (preliminary and detailed),
development, fabrication, delivery, and qualification testing of the
rocket motors. The IPT shall require intensive cooperation between all
members of the team with the workload shared to insure no duplication
of effort. Phase II shall be an optional contractual effort for
delivery of additional rocket motors to the Government for use in
operational sled tests at Holloman AFB, NM. Both phases of this
contract shall be conducted with a team consisting of MRDEC, HAFB, and
the BAA contract award winner. The contractor shall be responsible for
fabrication and delivery of complete rocket motors ready for
qualification testing at either RTTC, AL or HAFB, NM. The contractor
shall provide both technical and programmatic support as part of the
qualification testing in Phase I. The Government shall have the final
decision authority in all technical and programmatic disputes. The
initial technical requirements for the rocket motor design are
presented in Attachment 01, to be furnished later, and the programmatic
requirements for the execution of the contractual effort are presented
in the SOW in this notice. CRITERIA: The evaluation criteria for this
BAA are included in this notice with the relative weights of each area
shown as a percentage. The willingness of the contractor to work as
part of an IPT shall be included in the evaluation. ADMINISTRATIVE: Six
copies of the proposal shall be submitted. The proposal shall consist
of two parts, technical and management (Part I) and cost (Part II).
Part I shall not exceed 20 pages (12-point text), excluding resumes and
exhibits. Resumes and exhibits shall not exceed 10 pages. The proposal
shall contain a one-page abstract summarizing the proposed effort that
is releasable to the public. All pages of the proposal, except the
abstract page, shall be marked with "Official Use Only: Source
Selection Information: See FAR 3.104", and any proprietary pages should
be marked accordingly. Part I of the proposal shall include: 1.
Proposer's cover page to include: title, technical point (s) of
contact, administrative point (s) of contact, pertinent phone numbers,
fax numbers, and e-mail addresses. 2. Summary page (s) of
organizations participating in the proposal with title, technical point
(s) of contact, administrative point (s) of contact, pertinent phone
numbers, fax numbers, and e-mail addresses. 3. A one page abstract that
is unclassified and not competition sensitive describing the proposal.
4. Locator matrix or index identifying where specific announcement
requirements and criteria are addressed in the proposal. 5. Overall
technical plans with specifics on the contractor's ability to meet
technical, fabrication, delivery, and schedule requirements. This plan
should address Phase I and Phase II efforts. 6. A SOW that is suitable
for incorporation into a final contract for the effort. Both Phase I
and Phase II efforts shall be included. The SOW shall incorporate as a
minimum all the requirements specified in this notice. The SOW shall
be delivered on 3.25-inch diskette in an MS Word 97 format. Part II of
the proposal shall include: 1. A one to two page cost summary. 2.
Supporting pages that shall include a detailed breakdown of labor
categories, equipment, travel costs, software, and any other direct and
indirect costs. The Government shall accept proposals for a period of
45 calendar days after the date of this announcement, the Government
shall not accept proposals after this period. The Government reserves
the right to select for award any, all, part, or none of the responses
received and may incrementally fund any resultant agreement. The
contractors may be required to have or obtain security clearances. Note
that only the contracting officer has authorization to award government
agreements pursuant to this BAA. All responsible sources may submit a
proposal, which shall receive consideration by the Government. The
Government reserves the right to award to other than the lowest
offeror. The Government plans to fund this effort for an initial period
of two years according to the schedule included in Attachment 02, to be
furnished separately, with additional funding for up to five years for
production rocket motors. The first year funding would be
approximately $1 Million with second year funding being approximately
$1.5 Million. Submit all correspondence and proposals to: U.S. Army
Aviation and Missile Command AMSAM-AC-RD-BA / Sue Howard (256) 876-7729
Bldg. 5400 Redstone Arsenal, AL 35898-5270 Proposals and/or
presentations submitted via facsimile machine shall not be considered.
There shall be no formal request for proposal or any further
solicitation document issued in regard to this BAA. Attachments 01, 02,
and 03 will be furnished separately and must be requested by calling
Sue Howard, (256) 876-7729. A briefing to industry may be held
approximately 15 calendar days after the release of this BAA.
Contractors who wish to attend the briefing to industry should schedule
no more than three (3) persons by calling Sue Howard, (256) 876-7729.
The written proposals shall be evaluated approximately 15 calendar days
after they are due in to the Government. The Government audit should be
complete in 30 calendar days after proposal evaluation completion.
Final negotiation shall take place and the contract should be awarded
30 calendar days after the audit completion. 12 March 1998 Advanced
Sled Motor BAA Evaluation Criteria 1. Technical (60%) All subcriteria
are weighted equally. A. Adequacy of the proposed effort to meet the
programmatic requirements. B. Adequacy of the proposed effort to meet
the technical requirements. C. Adequacy of the proposed approach for
conducting the design effort under the required Integrated Product Team
(IPT) program management structure. D. Adequacy of the proposed
approach for conducting the development effort under the required IPT
program management structure. E. Adequacy of the proposed approach for
conducting the qualification effort under the required IPT program
management structure. F. Demonstration of unique or complimentary
technical capabilities required to execute the program under the IPT
program management structure. G. Demonstration of unique or
complimentary program management capabilities required to execute the
program under the IPT program management structure. H. Adequacy of the
proposed rocket motor concept to meet the technical requirements. I.
Adequacy of the proposed development program . J. Adequacy of the
proposed qualification program. 2. Management/Risk (20%) All
subcriteria are weighted equally. A. Assessed risk for the offeror of
providing fully satisfactory technical performance based on offeror's
evaluated past technical performance. B. Assessed risk for the offeror
of providing fully satisfactory management performance based on-the
offeror's evaluated past management performance. C. Experience of the
offeror's company and personnel in production in fields similar to or
related to that described in the Broad Agency Announcement. 3. Cost
(20%) The cost will be evaluated on the basis of reasonableness of the
proposal and how realistic the cost numbers are that are presented. 12
March 1998 Statement of Work (SOW) Advanced Solid Propellant Rocket
Motor for Holloman Sled Track Operations 1.0 Scope This Statement of
Work (SOW) defines the contractual effort for the design, development,
and delivery of Advanced Solid Propellant Rocket Motors for operation
on the Sled Track at Holloman AFB, NM. This advanced rocket motor
shall be designed to provide a 10,000-ft/sec maximum velocity
capability for sled track operations. An initial set of design
requirements for this rocket motor is provided as Attachment 01. These
initial motor designrequirements are based on overall performance
requirements for a total sled system that is comprised of a number of
major subsystems, including the rocket motor. The overall requirements
for the total system will change as the designs of all the subsystems
mature. Consequently, there will be an interaction between the
requirements for all the major subsystems over the duration of the
development effort. The updated requirements for the overall system
will be generated over the duration of the contractual effort by
Holloman AFB. 1.1 General The contractual effort shall be conducted in
two Phases. Phase I consists of the Basic contractual effort under
which the contractor shall: participate (as part of a
Government/contractor team) in the preliminary and detailed design of
the advanced rocket motor; design, develop, fabricate, and test
prototype rocket motors; deliver rocket motors to the Government for
qualification testing; and provide engineering support for a
Government-conducted qualification test program. Phase II consists of
an optional contractual effort under which rocket motors shall be
delivered to the Government for sled test operations at Holloman AFB,
NM. 2.0 Phase I (Basic) Phase I consists of the Basic contractual
effort under which the contractor shall: participate (as part of a
Government/Contractor team) in the preliminary and detailed design of
the advanced rocket motor; design, develop, fabricate, and test
prototype rocket motors; deliver rocket motors to the Government for
qualification testing; and provide engineering support for a
Government-conducted qualification test program. The contractor shall
conduct all activities under Phases I and II as a member of this
Government/Contractor design team. 2.1 Integrated Product Team A
Government/Contractor Integrated Product Team (IPT) shall be formed to
accomplish the preliminary and detailed design efforts, to execute
rocket motor prototype development, and to support qualification
testing. At contract award, the Government shall provide the contractor
with a preliminary design for the rocket motor. The IPT shall utilize
the Government-generated preliminary design as the starting point for
the contractual preliminary and detailed design efforts. The
preliminary and detailed design efforts shall be executed by the
Government/Contractor IPT which shall share technical design
responsibilities. Duplication of design efforts shall be minimized as
technical design responsibilities shall be distributed between the
Government and the contractor. A technical interchange meeting (TIM)
shall be held 10 days after contract award to determine technical
design responsibilities. The Government and contractor team will
mutually agree upon the division of technical responsibilities and the
design effort management structure. The Government Program Manager
shall serve as the leader of the IPT and shall have responsibility for
the overall program management and shall be the final decision
authority in all IPT technical and programmatic disputes. Contractor
technical personnel may be required to work on-site at Redstone
Arsenal, AL to participate in the design process. Exchange of technical
and program management information and design details shall be
conducted electronically to the maximum extent. The exchange of program
information shall utilize MS Office and MS Project software. The format
for the exchange of technical and design information shall utilize a
mutually agreed upon software format. The Government shall be the point
of contact with the requiring test agency (Holloman AFB) and will
revise/refine requirements as the system design matures. The
Government/Contractor IPT shall produce a preliminary and then detailed
rocket motor design. The IPT shall act as the design authority for the
rocket throughout the duration of the basic (Phase I) and optional
(Phase II) contractual efforts. At this initial TIM, IPT shall also
construct a preliminary program schedule. This schedule shall specify
the time periods for contractual program activities, and specify the
dates for meetings and major program reviews. The schedule shall be
revised by the IPT as warranted by program events. An initial program
schedule is provided as Attachment 02. 2.2 Preliminary Design After the
formation of the IPT and the determination of technical and
programmatic responsibilities, the contractor, as a member of the IPT,
shall participate in the generation of a preliminary design for the
rocket motor. Utilizing system requirements provided by the Government,
the contractor as part of the IPT, shall participate in the generation
of a preliminary design. This preliminary design shall provide
sufficient detail for the rocket motor case, nozzle, propellant grain,
and overall motor assembly to serve as the starting point for a
detailed design effort. The contractor shall document the results of
the preliminary design effort, and deliver the preliminary design to
the Government. 2.3 Preliminary Design Review Upon completion of the
preliminary design by the IPT, a Preliminary Design Review (PDR) shall
be conducted. The preliminary design generated by the IPT shall be
presented at the PDR. The preliminary design shall be approved by the
IPT prior to the initiation of the detailed design effort. The
contractor shall document all revisions to the preliminary design
resulting from the PDR approval process. The revised preliminary design
shall be delivered to the Government. 2.4 Detailed Design Upon approval
of the preliminary design, the contractor, as a participant in the IPT,
shall generate a detailed design for the rocket motor. The detailed
design shall be for a "sled-weight," rocket motor capable of operation
on the Holloman sled track, to include all interfaces required by
HAFB, and designed to satisfy the overall system performance
requirements. This detailed design shall have sufficient detail to
enable the fabrication and testing of "sled-weight" prototype rocket
motors. The contractor shall be responsible for the documentation of
this detailed design. 2.5 Critical Design Review Prior to the
fabrication and development of any rocket motor hardware, there shall
be a Critical Design Review (CDR). Both the Government and the
Contractor as part of the IPT design process shall approve the detailed
design before approval for motor development is given. The contractor
shall document the detailed design presented at the CDR with a
Technical Data Package (TDP). The TDP shall be in a format specified by
the contractor but acceptable to the IPT. The TDP shall be transmitted
to the Government in a mutually agreed upon electronic format. The
contractor shall maintain the TDP during the life of the basic contract
and all exercised options. The contractor shall deliver revisions to
the Government whenever changes to the design occur. The TDP shall
provide sufficient detail of all designs, tooling, and processes such
that a third party without additional documentation could produce the
rocket motor. The Government/Contractor IPT shall approve the TDP and
all revisions. The IPT shall design and fabricate all tooling
associated with the manufacture of the rocket motor design. The
contractor is responsible for establishing relationships/contracts with
any required sub-contractors and/or vendors. The selection of
sub-contractors and vendors shall be reviewed and approved by the IPT.
2.6 Performance Specification The contractor shall develop a
performance specification for the rocket motor that reflects the design
that is developed and the required operating environments. The
specification shall be reviewed and approved by the IPT. The contractor
shall deliver the specification to the Government. The contractor shall
maintain the specification and revise it accordingly throughout the
life of the contract. The specification and all revisions shall be
approved by the IPT. 2.7 Lot Acceptance Test Procedure The contractor
shall develop a Lot Acceptance Test (LAT) procedure that shall be
utilized for the acceptance of all lots of rocket motors delivered to
the Government. The procedure shall specify criteria for the acceptance
or rejection of a lot of deliverable rocket motors. The LAT procedure
shall be utilized for both phases of the contractual effort. On the
basis of this procedure the Government reserves the right to not accept
delivery of any lot of motors that does not meet the acceptance
criteria specified by the procedure. A lot of motors shall be defined
as all motors that are produced from a given single batch (mix) of
solid propellant. The contractor shall deliver the LAT procedure to the
Government for approval. The contractor shall maintain the LAT
procedure and revise it accordingly throughout the life of the
contract. The LAT procedure and all revisions shall be approved by the
IPT. The contractor shall deliver a LAT report with each lot of motors
delivered to the Government (under both the basic and optional
efforts). The format of the LAT report shall be specified in the LAT
procedure and approved as part of that procedure. If any rocket motor
failures occur during the LAT process (under either Phase), a
failurereport shall be provided to the Government. The format of the
failure report shall be specified in the LAT procedure and approved as
part of that procedure. 2.8 Prototype Motor Development Program After
successful completion of the CDR, the contractor shall execute a
Prototype Motor Development (PMD) pro (0114) Loren Data Corp. http://www.ld.com (SYN# 0007 19980428\A-0007.SOL)
A - Research and Development Index Page
|
|