|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1998 PSA#2101R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- FORGING SUPPLIER INITIATIVE -- PAR 1 OF 2 SOL PRDA NO. 98-27-MLKT
DUE 070298 POC Lori Shirdon, Contract Negotiator, AFRL/MLKT, (937)
255-3506 or Timothy Jones, Contracting Officer, AFRL/MLKT, (937)
255-3506 WEB: click here to view the R&D Contracting Home Page,
http://www.wrs.afrl.af.mil/contract/. Introduction: Air Force Research
Laboratory, Manufacturing Technology Division (AFRL/MLM), is
interested in receiving proposals (technical and cost) on the technical
effort described below. The solicitation number is PRDA-98-27-MLKT.
Proposals in response to this Program Research and Development
Announcement (PRDA) shall be received by 1500 Eastern Standard Time, 02
July 1998, addressed to R&D Contracting Office, Building 7, 2530 C
Street, Area B, Attn: Ms. Lori Shirdon, AFRL/MLKT, Wright-Patterson
AFB, OH 45433-7607. This is an unrestricted solicitation. Small
businesses are encouraged to propose on all or any part of this
solicitation. Proposals submitted shall be in accordance with this
announcement. Proposal receipt after the cutoff date and time specified
herein shall be treated in accordance with restrictions of FAR
52.215-1(c)(3). A copy of this provision may be obtained from the
contracting point of contact. No other solicitation is anticipated in
regard to this requirement. Offerors shouldbe alert for any PRDA
amendments that may be published including those which permit a
subsequent proposal submission date. Offerors should consult the "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
on the Wright Research Site Contracting Office Web Page
(http://www.wrs.afrl.af.mil/contract/). B -- REQUIREMENTS: (1)
Technical Description: This effort is targeted toward the development
of manufacturing and business process re-engineering and implementation
of lean production practices necessary to demonstrate a 35% to 40%
reduction in the cost for current and future Air Force and Navy (AF/N)
aircraft and propulsion weapon system components manufactured using
the forging process. This effort shall investigate areas of opportunity
encompassing the entire forging value chain (from raw stock to ingot to
billet to forging to rough machining to final machining to final
assembly of the component). Since cost reduction is the primary metric
of interest, success of this effort will be based on achieved cost
reductions (through process improvements) compared to data collected by
AF/N System Program Offices (e.g., JSF) for forged components. While
cycle time, throughput and lead time are important, they, and any other
such measures, will be considered as secondary metrics unless the
measurement can be translated directly into a component cost reduction.
The AF/N is not looking for incremental process improvements via point
solutions, but rather for solutions that will achieve breakthroughs in
process re-design which will achieve significant cost reduction
activities related to the forging supply chain. The program should
address actual production issues and be based on a combination of (a)
shop floor processing and fabrication activities (e.g., rough and final
machining, die construction, etc.) where improvements can reduce
component cost, (b) business and technical information infrastructure
elements, and (c) lean business practices. Identified issues cannot be
process, alloy, material or company specific, and must be supported by
sector value stream analysis data as to why they were selected. This
program will include component cost reduction validations, as well as
parallel efforts that result in swift conversion of program results
into cost reductions for the AF/N. Pilot demonstrations of implemented
shop floor process changes and business/lean practice implementations
are desired during the course of the program to support continuous
improvement strategies toward cost reduction activities. Demonstrations
to prove out component cost reduction activities can come from engines
and airframes in development, rate production or operational use.
These components should be identified by program phase and will be
agreed upon by the offeror and the AF/N prior to cost validation
efforts. Program results will be presented to an Industry Review Board
and other Government/Industry technology transition forums on a
periodic basis. Teaming arrangements representative of all tiers within
the sector (i.e., OEM's, forging suppliers, and material suppliers) are
encouraged to achieve program objectives through process re-design at
all levels. Team composition, roles, responsibilities and task
assignments must support program objectives and be clearly defined. (2)
Deliverable Items: The following deliverable data items shall be
proposed: (a) Status Report, DI-MGMT-80368/T, monthly; (b) Project
Planning Chart, DI-MGMT-80507A/T, monthly; (c) Contract Funds Status
Report (CFSR), DI-MGMT-81468/T, quarterly; (d) Presentation Material,
DI-ADMN-81373/T, as required; (e) Scientific and Technical Reports
(Contractor's Billing Voucher), DI-MISC-80711/T, monthly; (f) Technical
Videotape, DI-MISC-81275/T, as required; (g) Scientific and Technical
Reports (Component Price Reduction Plan) DI-MISC-80711T, at completion
of each Phase; (h) Scientific and Technical Reports (Final Report),
DI-MISC-80711/T, draft and camera ready copy, one time, upon completion
of effort; (i) Contract Work Breakdown Structure, DI-MGMT-81334, one
time upon award with revisions; (j) Cost/Schedule Status Report
(C/SSR), DI-MGMT-81467, monthly; (k) Functional Cost Hour Report,
DI-F-6007, one time upon completion; (l) Software Development Plan
(SDP), DI-IPSC-81427, as required. (3) Security Requirements: It is not
anticipated that work performed on this effort will require access to
classified material. (4) Other Special Requirements: The International
Traffic in Arms Regulation and Public Law 98-94 are applicable to this
project. Pursuant to PL 98-94, offerors are required to either prepare
a DD Form 2345, Militarily Critical Technical Data Agreement and
forward the DD Form 2345, along with any attachments, to: United
States/Canada Joint Certification Office, Defense Logistics Services
Center, Federal Center, Battle Creek, Michigan, USA, 49017-3084, or
provide evidence that registration and certification under the program
is already on file. Copies of the DD Form 2345 may be obtained from
the contracting point of contact stated herein. C -- ADDITIONAL
INFORMATION: (1) Anticipated Period of Performance: The total length of
the technical effort is estimated to be 42 months. An additional 4
months will be required for processing/completing the final report. (2)
Expected Award Date: October 1998. (3) Government Estimate: The
government funding profile is estimated to be as follows (Note:
Multiple awards may be made): FY99 -- $1800K, FY00 -- $3000K, FY01 --
$3000K, FY02 -- $1200K. This funding profile is an estimate only and is
not a promise for funding as all funding is subject to change due to
government discretion and availability. (4) Type of Award Instrument:
Cost Share Contract, Cooperative Agreement or Other Transaction. Based
upon Section 256 of the National Defense Authorization Act for Fiscal
Year 1995 (Public Law 103-337), cost sharing is required. It is noted
that FAR Part 31 sets forth the principles forallowable 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) 395-4660. (5) Government
Furnished Property: None contemplated. (6) Size Status: For the
purpose of this acquisition, the size standard is 500 employees
Standard Industrial Classification (SIC) 8731. (7) Notice to
Foreign-Owned Firms: Such firms are asked to notify point of contact
cited below upon deciding to respond to this announcement. Foreign
contractors should be aware that restrictions may apply which could
preclude their participation in this acquisition. D -- PROPOSAL
PREPARATION INSTRUCTIONS: (1) General: Offerors should apply the
restrictive notice prescribed in the provision of FAR 52.215-1(e),
"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 pointsof
contact listed elsewhere herein. Offerors should consider instructions
contained in the "WL PRDA and BAA Guide for Industry" referenced in
Section A of this announcement. Technical and cost proposals shall be
submitted in separate volumes, and must be valid for 180 days.
Proposals shall reference the above PRDA number. Proposals shall be
submitted either in hard copy with an original and six copies or
submitted via electronic and paper means, on either a 3-1/2 inch
DOS-formatted floppy disks or CD-ROM in either Microsoft Word Version
7.0 or Rich Text Format (.rtf). If proposals are submitted by
electronic means, submit three (3) paper copies and three (3)
electronic copies. 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; therefore,
offerors are not required to submit certified cost or pricing data.
Offerors must submit cost or pricing information only to the extent
necessary to provide the government the ability to determine the
reasonableness and realism of the cost and/or price. The offeror's
format for submitting such information is acceptable; however, offerors
are encouraged to use a Standard Form (SF) 1448, Proposal Cover Sheet
(cost or pricing data not required). Copies of an SF 1448 may be
obtained from the contracting point of contact stated herein. Cost
proposals should be organized to include two sections in the following
order: total project cost, and cost sharing and in-kind contributions.
Section 1 -- Total Project Cost -- will include total project cost by
phase by month. The offeror will also give a detailed breakdown of the
total project costs, broken down by task for each task appearing in
the proposed SOW. The total cost of each major cost element and the
make-up of those costs should be presented in the offerors' proposals.
Sufficient information should be provided in supporting documents to
allow the government to evaluate the reasonableness of these proposed
costs, including salaries, overhead, material purchases, fair market
rental value of leased items and the method used for making such
valuations. Profit/Fee is not applicable under cost share contracts or
Assistance Instruments. Section 2 -- Cost Sharing and In-Kind
Contributions -- proposed under a Cost Share contract, Cooperative
Agreement or Other Transaction will include: (1) the sources of cash
and amounts to be used for matching requirements; (2) the specific
in-kind contributions proposed, their value in monetary terms, and the
methodology used to derive their values; and (3) evidence of the
existence of adequate cash or commitments to provide sufficient cash in
the future. Signed commitments are required for outside sources of
cash. Proposals should contain sufficient information regarding the
sources of the offerors cost share so that a determination regarding
availability, timeliness and control of the resources may be made by
the government. (3) Technical Proposal: The technical proposal shall
include a discussion of the nature and scope of the research and
technical approach; team composition; a quantitative rationale for the
processes selected as well as the approach for implementation;
identification of improvement goals; prior, on-going and planned
company funded activities related to those processes; demonstration
plan to prove out component cost reduction activities (including
decision points, criteria and decision makers); management approach
(plan) and structure for program execution; nature and extent of cost
share (qualitative); company commitment to achieving cost reductions;
and number of hours for key personnel and their role. It shall also
include a clear, quantitative track from proposed process/business
practice improvements to component cost reductions, along with a
specific plan to implement those cost reductions based on meeting
improvement goals already set forth. Each proposal shall be constructed
in phases, where each phase has clear and quantifiable entrance and
exit criteria which demonstrate how the specific selected processes
have been improved. Phase duration's should be no longer than 12
months. The government reserves the right to decide at the end of Phase
I to downselect to one source, based on the following criteria: (a)
demonstration of cost reduction activities and how they tie into the
overall corporate strategy shown in the original proposal, and (b)
demonstrated component cost reductions from improved processes. The
proposal should also address other government related activities in
this area (e.g., Navy's Metalworking Center, Air Force's Materials
Process Design Branch, etc.) and how proposed efforts could leverage
these organizations to create a synergistic approach to reducing
forging costs. Additional information, such as synopsis of prior work
in this area, descriptions of available equipment, data or facilities
vital to the effort, and resumes and time commitments of key personnel
who will be participating in the effort should also be included as
attachments to the technical proposal and are not included in the page
limit. The technical proposal shall include a Statement of Work (SOW)
detailing the technical tasks, by phase, proposed to be accomplished
under the effort and suitable for contract incorporation. Offerors
should refer to the PRDA/BAA 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. The technical proposal shall also include: a
statement of intention, if any, to use foreign nationals; a break out
of person hours for each major task in the SOW; and the names and
qualifications of subcontractors and consultants, and the level of
effort to be subcontracted or consulted. 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: Technical proposals
shall not exceed 75 pages (12 pitch or larger type), double spaced,
single-sided on 8.5" x 11". Margins shall not be less than 1.25". If
electronic means are used to submit the proposal, it shall be readable
by Microsoft Office products. The double spacing requirement shall be
satisfied by Microsoft 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 larger. The page limitation
includes all information, i.e., indexes, photographs, foldouts, and
appendices. The government will not consider pages in excess of the 75
page limitation. Cost proposals have no page count limitations,
however, offerors are requested to keep cost proposals to 50 pages as
a goal. (5) Preparation Costs: This announcement is an expression of
interest only and does not commit the government to pay for any
proposal preparation cost. The cost of preparing proposals in response
to this PRDA is not 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 negotiations, qualifying offerors may be required to
submit a small business subcontracting plan. (0140) Loren Data Corp. http://www.ld.com (SYN# 0012 19980522\A-0012.SOL)
A - Research and Development Index Page
|
|