Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 29,1998 PSA#2105

Munitions 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