|
COMMERCE BUSINESS DAILY ISSUE OF MAY 29,1998 PSA#2105Munitions Contracting Division (AFRL/MNK), Building 13, 101 West Eglin
Boulevard, Suite 337, Eglin AFB, FL 32542-6810 A -- ADVANCED INFRARED SCENE PROJECTOR (AISP) SOL MNK 98-0001 DUE
070998 POC Linda Weisz, Contract Specialist, 850-882-4292, ext. 3206
WEB: ASIP, http://www.mn.afrl.af.mil. E-MAIL: Linda Weisz,
weisz@eglin.af.mil. A-INTRODUCTION: The Air Force Research Laboratory
Munitions Directorate Advanced Guidance Division (AFRL/MNG) is
interested in receiving technical and cost proposals on the research
effort described below. Proposals in response to this PRDA shall be
submitted by 9 July 1998, 1300 hours central standard, addressed to
AFRL/MNK, Suite 337, 101 W. Eglin Blvd., Eglin AFB FL 32542-6810, Attn:
Linda Weisz. This is an unrestricted solicitation. Proposals submitted
shall be in accordance with this announcement. Proposals submitted
after the cut-off date specified herein shall be treated in accordance
with FAR 52.215-1(c)(3), "Instructions to Offerors -- Competitive
Acquisition". Respondees must reference the above number (PRDA
MNK-98-001). Proposals submitted must be in accordance with this
announcement. Since this is a PRDA, there will be no formal request for
proposal or other solicitation regarding this announcement. B --
REQUIREMENTS: (1) Technical Description: Through research and
development programs such as the Wideband Infrared Scene Projector
(WISP) program, resistive array infrared scene projector technology has
demonstrated such desirable qualities as broad spectral emission,
flickerless images, high frame rates, and large dynamic ranges.
Although resistor array infrared scene projector technology has greatly
matured under the WISP program there are areas in which additional
development is required to meet the needs of the hardware-in-the-loop
test and evaluation community. One of these facilities, the Kinetic
Kill Vehicle Hardware-in-the-Loop Simulator (KHILS) at Eglin, is
designed to support various current and future Ballistic Missile
Defense (BMD) guided interceptor hardware development programs. This
closed-loop simulator facility evaluates advanced state-of-the-art
seeker and control system performance under varying mission scenarios.
The resistive array infrared projection technology also has direct
application in the evaluation of air-to-air, air-to-surface,
surface-to-air, and surface-to-surface guided weapons and submunitions,
which use infrared seekers. Because of the rapid evolution of sensor
and signal processor technologies, it is imperative that related
simulation technologies keep pace with the advances in guided
interceptor technology. This effort consist of a Phase I basic effort,
Phase II (Option), and two hardware options. Phase I (18-month),
Development, Design, and Fabrication, shall include a preliminary
design review, a critical design review, one array fabrication run, and
two assembled and delivered array packages. The proposer's delivered
array packages must include as a minimum the resistor array; signal,
control, power, ground, and mechanical interface connections; a vacuum
enclosure, if required; the cooling block; and the vacuum and cooling
line fittings. The array interface design will be defined by the
contractor with input from the Government, prior to the critical design
review, to ensure its operability with the government's drive
electronics design. Hardware Option A (4-month option) will start
approximately seventeen months into Phase I (if awarded) and end with
the assembly and delivery of three additional Phase I array packages.
Phase II (30-month option), Redesign and Fabrication, will include a
brief array redesign of the Phase I array design, two array fabrication
runs, and the assembly and delivery of four array packages, two from
each run. Hardware Option B (4-month option) will start approximately
fifteen months into the Phase II (if awarded) and end with the assembly
and delivery of three additional Phase II first run array packages. The
Government will be responsible for annealing, system installation,
control and drive electronics development, and
characterization/evaluation of all delivered array packages. Meetings
and Reviews: The contractor will be expected to host and conduct
various meetings throughout the program, including but not limited to,
a Phase I kick-off, a formal preliminary design review in Phase I, a
formal critical design review in Phase I,and a final review at the end
of the program. Periodic progress meetings for technical and
programmatic interchange will be held at three month intervals
throughout the program, except for those months when formal meetings
are scheduled; the contractor will be expected to host half of these
meetings, and Government will host the other half. The contractor may
propose to conduct or participate in other meetings with
subcontractors, Government agencies, or third parties, as deemed
appropriate to the program. The contractor will supply a record (e.g.,
agenda, presentation materials, minutes, and tracking of associated
action items)of required meetings. (DI-ADMN-81249, -81250, -81373). (2)
Technical Goals: The overall objective of this program is to
significantly advance the state-of-the-art in resistive array infrared
scene projection technology. Some development areas of interest in
descending order of importance are: (a) High spatial resolution
(1024x1024), (b) Snapshot array updates, (c) High framing rates (200
frames per second as measured by the 10% to 90% pixel radiance rise
time), (d) High dynamic range (1000:1 in the 3 to 5 micron waveband
after non-uniformity correction (NUC) of the array), (e) Minimization
of scene droop, (f) Flickerless wideband infrared emission (3-14
microns), (g) Lower unit cost, (h)Programmable multiplexing of the
number of control lines (user can trade between data rate and cost of
drive electronics), (i) Flexible design (array/packaging) for room
temperature as well as low temperature operation, and (j) Maximization
of array fabrication yield. The offeror is encouraged to include
additional areas for trade during the first phase of the program. (3)
Data Requirements: Suggested Data Item Descriptions (DIDs) are noted.
The contractor may propose additional elements or submittal of combined
elements or DIDs as appropriate for the proposed program. Electronic
submittal is encouraged whenever feasible and cost-effective for the
program. The expected data element submittals are: (a) Design drawings
(DI-DRPR-81002A) (b) Monthly status reports, including technical
progress, programmatic issues, schedule, and appropriate disclosure of
actual cost and labor expenditures. Contractor-format CFSR are
required during all phases of the contract. (DI-MGMT-80368, -80909,
-80269; DI-FNCL-80912; DI-MGMT-81468) (c) Final technical report and a
technology transfer report at end of program. The final report, which
will be published in DTIC, must document the entire effort
(DI-MISC-80711). The final report must be delivered to the Government
in electronic form (Microsoft Word 97 format. C -- ADDITIONAL
INFORMATION: (1) Anticipated Period of Performance: 48 months total,
consisting of 18 months for Phase I tasks and 30 months for Phase II
tasks. The 4 months for Hardware Option A tasks and 4 months for
Hardware Option B tasks will be awarded during the
periods-of-performance for Phases I and II respectively. (2) Type of
Contract: A Cost Plus Fixed Fee (CPFF) contract is anticipated. (3)
Government Estimate: The Government has estimated funding of
approximately $0.9 to $1.2 million for Phase I per contract. Funding
for Phase I contracts is anticipated to be comprised of approximately
4% FY98, 53% FY99, and 43% FY00 funds. This funding profile is an
estimate only and is not a promise for funding, as all funding is
subject to change due to availability and Government discretion. (4)
Government Furnished Property: It is the offeror's responsibility to
identify any equipment to be used whether contractor-owned and
furnished or Government-owned and furnished. The Government will assist
in providing Government-owned property as appropriate and if available.
(5) Size Status: For the purpose of this acquisition, the size standard
is 500 employees (SIC 8731). (6) Proprietary Items: It is the offeror's
responsibility to identify any proprietary materials, products,
software, or processes to be used by the prime contractor and
subcontractors in the performance of this program and address
acquisition of data rights or licenses, or expected recoupment of
development cost for those proprietary items that will be integrated
into the projection device. (7) Security Requirements: No access to or
storage of classified materials is required for this program. D --
PROPOSAL PREPARATION INSTRUCTIONS: (1) General: Offerors should apply
the restrictive notice prescribed in the provision at 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. Offerors should consider instructions contained in the
"Proprietary Information" and "When and How to Submit" sections of the
AFMC Pamphlet 64-101, "Unsolicited Proposal Guide," copies of which
are available by writing to: AFDTC/BC, 205 West D Avenue, Suite 449,
Eglin AFB, FL 32542-6863 or telephone (850) 882-2843. AFMC Form 190,
Policy Agreements, does not apply to Program Research and Development
Announcements. Additional proposal questions should be directed to one
of the points of contactlisted in Part F. An unclassified written
technical and cost proposal, submitted in separate volumes, is
required. Volume 1 should provide the technical proposal addressing all
four phases of the program and Volume 2 should address the price and
cost details of the proposal. Volume 1 should be limited to a total of
30 pages, including resumes, charts, figures, tables, ect.; the
proposed Statement of Work and Contract Data Requirements Lists (CDRL)
may be included as an appendix of not more than 20 pages. The
Government reserves the right to remove and return to the offeror any
excess pages before evaluation starts. Cost proposals have no page
limitations, however, offerors are requested to keep cost proposals to
30 pages as a goal. A page is defined to be one side of an 8.5 x 11
inch piece of paper with information on it. Minimum print size is 10
point type, or 12 pitch, with line spacing of not less than one and one
half for the typeface used. Proposals shall be submitted in an original
and 3 copies. All responsible sources may submit a proposal which shall
be considered against the criteria set forth herein. Copies of the
proposals may be forwarded, if the offeror authorizes in writing, to
other interested government agencies for funding consideration.
Authorization for limited reproduction and dissemination within
Government Agencies and National Laboratories is requested. The cost of
preparing proposals in response to this announcement is not considered
an allowable direct charge to any resulting contract, or any other
contract. It is, however, an allowable expense to the normal bid and
proposal indirect cost specified in FAR 31.205-18. Offerors are advised
that only the Contracting Officer is legally authorized to
contractually bind or otherwise obligate the Government. If selected
for negotiations, qualifying offerors will be required to submit a
subcontracting plan within ten (10) days of notice. (2) Technical
Proposal: The Volume 1 technical proposal shall include, as a minimum,
a statement of work suitable for contract incorporation; the offeror's
technical approach for the entire program; risk management procedures
to be applied to the program; identification of key personnel,
resources, and critical subcontractors; hardware and data deliverables;
a proposed program schedule including deliveries for the entire
program; and a summary of past performance. (3) Cost Proposal: Adequate
price competition is anticipated. The Volume 2 cost proposal must
include as a minimum a man-hour breakdown by task; a cost element
summary including labor, overhead, travel, G&A, etc.; an SF 1448 for
the basic contract (Phase I) and an SF 1448 for each exercisable
option, (Phase II, Hardware Option A, and Hardware Option B) and a
payment schedule for the entire program. E-BASIS FOR AWARD: If funds
are available, the Government reserves the right to make more than one
award. In the event that more than one acceptable offer is received
and is from a small business, the Government reserves the right to make
one award a small business set-aside. The Government reserves the right
to select for a Phase I award two, one, or none of the proposals
received in response to this announcement with a downselect to one or
none for Phase II. The technical proposal must include an outline and
full discussion of the nature and scope of the research and development
method or technical approach, and the expected results. The proposer
must have documented background knowledge in the theory, analysis,
design, and fabrication of the proposed technology area. Information
must be included on prior experience in the applicable field of
research, the available facilities, and resources to include personnel
designated to perform the proposed effort. (1) Award Evaluation
Criteria: The selection of one or more sources for award will be based
on scientific and engineering evaluation of the proposals in response
to this PRDA to determine best-value potential for the entire program.
Proposals will be evaluated as received using the following factors. No
other evaluation criteria will be used in selecting the proposals.
Technical and cost information will be evaluated at the same time. The
factors in descending order of importance are: (a) The overall
scientific or technical merits of the written proposal. Only proposals
evaluated as offering significant advancement in the state-of-the-art
shall be considered for funding; (b) The soundness of the approach,
including the proper definition and arrangement of tasks, concept
verification techniques, and the probability of meeting the
Government's technical goals; (c) The offeror's capabilities, related
experience, record of research accomplishments, facilities, techniques,
key personnel, subcontractors, or unique combination of these factors
which are integral factors for achieving the Government's technical
goals; (d) The offeror's technical management and administrative
capabilities including technical program management resources necessary
to comply with program objectives and past and present performance on
government contracts; and (e) The reasonableness, realism, and
completeness of proposed cost for the total program. (2) Phase I
Downselect Evaluation Criteria: The downselect at the end of Phase I
will consider the following factors in descending order of importance:
(a) Phase I performance and results with respect to meeting the
Government's technical goals. (b) Phase I cost and schedule
performance. (c) Projected cost for Phase II. (3) General: The Air
Force reserves the right to consider a small business set-aside based
upon the responses submitted. This requirement may be purchased from a
sole source if the Air Force determines that only one source is
capable of satisfying the requirements. F -- POINTS OF CONTACT: (1)
Ombudsman: An Ombudsman has been established for this acquisition. The
only purpose of the Ombudsman is to receive and communicate serious
concerns from potential offerors when an offeror prefers not to use
established channels to communicate his concern during the proposal
development phase of this acquisition. All potential offerors should
establish channels to voice concerns before resorting to the 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. 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. Potential offerors are invited to contact AFRL/MN's Ombudsman,
LtCol Gary L. Libell, AFRL/MNK, 101 West Eglin Blvd., Suite 337, Eglin
AFB, FL 32542-6810 at (850) 882-2872 with serious concerns only. (2)
Contracting and Cost: Ms. Linda Weisz, Contract Negotiator, (850)
882-4294, ext 3206, at AFRL/MNK, 101 W. Eglin Blvd., Suite 337, Eglin
AFB, FL 32542-6810, or e-mail to weisz@eglin.af.mil. The telefax number
is (850)882-9599. (3) Programmatic and Technical Issues: Mr. Robert
Stockbridge, (850) 882-4446, ext 2260, at AFRL/MNGG, 101 W. Eglin
Blvd., Suite 234, Eglin AFB, FL 32542-6810, or e-mail to
stockbri@eglin.af.mil. The telefax number is (850)882-4128. General
Information: This announcement and other general information is
available via the World Wide Web at http://www.mn.afrl.af.mil. See
numbered Note 26. (0146) Loren Data Corp. http://www.ld.com (SYN# 0001 19980529\A-0001.SOL)
A - Research and Development Index Page
|
|