|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1998 PSA#2111R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- LEAN VALUE CHAIN FOR CRITICAL PART PROCUREMENT SOL BAA No.,
98-25-MLKT DUE 072098 POC Chris Lay, Contract Negotiator, AFRL/MLKT,
(937) 255-7143 or Patrice Nickell, 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. Proposals in response to this Broad Area Announcement
(BAA) shall be received by 20 Jul 98, 1500 hours Eastern Daylight
Time, addressed to R&D Contracting Office, Building 7, 2530 C Street,
Area B, Attn: Ms. Chris Lay, 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 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 should be alert for any BAA 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/). Potential offerors are notified
that effective 01 Jun 98, in order to be eligible to receive any DoD
award, you must be registered in the Central Contractor Registration
(CCR) Database. On-line registration instructions can be accessed from
the Wright Research Site Contracting Office home page at
http://www.wrs.afrl.af.mil/contract/ or the DISA CCR home page at
http://ccr.edi.disa.mil/. B -- REQUIREMENTS: (1) Technical Description:
This BAA was initiated from ideas generated through the Lean Forum IV
process. Lean concepts present the US military aircraft industry with
an opportunity to address the challenges presented by both reductions
in DoD procurements and world wide-competition. The adoption of lean
principles and practices allows the industry to meet customer
requirements for affordability without sacrificing performance. This
effort is targeted to use these Lean Concepts for defining and
executing a program to enhance the process for critical component part
procurement and production supporting weapon system maintenance,
repair and overhaul activities managed within the Air Logistics
Centers. The objective of this program is to reduce the time an
existing weapons systems spends undergoing maintenance, repair and
overhaul (MRO) in an "awaiting parts" (AWP) status. The goal is to
reduce time in AWP status by one-half through a reduction in the time
required to identify critical part need, acquire, manufacture and
deliver replacement components. A value stream analysis shall be
conducted to analyze the critical part acquisition processes and then
select the targets of opportunity that will significantly reduce the
cycle time and/or cost associated with the processes. Value Stream
activities will include all processes from need identification of a
critical part through acquisition, manufacturing and delivery of the
part. While this project is intended for broad use within depot repair
facilities (public and/or private) across the Department of Defense,
the initial implementation site will be a contractor proposed facility
(referred to as the implementation site). At the implementation site,
methods will be tested using critical spare parts from qualified
suppliers. The program shall consist of two phases. Phase I shall be a
value stream analysis conducted to investigate, capture and analyze:
(1) current processes and capabilities for the critical part
procurement process; (2) the interaction of the implementation site,
suppliers and the supply chain; and (3) the major functions performed
during this process that shall be addressed to reduce cycle time and/or
cost of the critical part procurement processes. High payoff areas
identified during the value stream analysis will be used to establish
the sequencing of work to be conducted during Phase II. Authorization
to proceed to Phase II shall be issued by the Contracting Officer based
on the government's analysis of the results of Phase I. Phase II shall
incorporate incremental implementation of process and practice
changes, management tools and advanced technologies to improve the
overall value stream. Identification of and coordination with related
initiatives addressing pieces of this process will be central to the
development coordination activities of this project. The tools and
technologies used in this project will be compliant with national
and/or international standards to the maximum extent practicable. In
instances where software driven solutions are required,
Commercial-Off-the-Shelf (COTS) tools will be used to the maximum
extent practicable. During Phase II, the contractor will establish a
demonstration capability on the implementation site to: 1) showcase the
capabilities of tools and technologies either in use or in planning to
be inserted for target users and interested organizations; 2)
familiarize users on the operation of tools and technologies being
planned for insertion; and, 3) test the tools and technologies prior to
final implementation. (2) Deliverable Items: The following deliverable
data items shall be proposed: (a) Status Report, DI-MGMT-80368/T,
monthly; (b) Funds and Man-hour Expenditure Report, DI-FNCL-80331/T
monthly; (c) Project Planning Chart, DI-MGMT-80507A/T quarterly; (d)
Contract Funds Status Report (CFSR), DI-MGMT-81468/T, quarterly; (e)
Presentation Material, DI- ADMN-81373/T, as required; (f) Scientific
and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T,
monthly; and (g) Scientific and Technical Reports, DI-MISC-80711/T,
(Draft and Reproducible Final). (3) Security Requirements: It is not
anticipated that work performed on this effort will require access to
classified information. (4) Other Special Requirements: None. C --
ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The
total length of the technical effort is estimated to be 36-51 months.
It is estimated that Phase I will consist of 6-9 months and Phase II
will consist of approximately 30-42 months. An additional 4 months will
be required for processing/completing the final report. (2) Expected
Award Date: September 1998. (3) Government Estimate: Total program
value estimate is $4,000,000. This funding 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), the use of a cost share contract, an
Other Transaction or Cooperative Agreement containing cost sharing, is
required. It is noted that FAR part 31 sets forth the principles for
allowable cost share pertaining to contracts while OMB Circular A-110
defines allowable cost sharing for cooperative agreements. The OMB
Circular A-110 may be located at hhtp://www.whitehouse.gov/WH/EOP/OMB
or a paper copy may be obtained upon request by calling 202-395-7332.
(5) Government Furnished Property: Determination of the specific needs
for GFP will be negotiable dependent upon proposals. (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 immediately notify the
contracting point of contact cited below upon deciding to respond to
this announcement. Foreign contractors should be aware that
restrictions might apply which could preclude their participation in
this acquisition. D-PROPOSAL PREPARATION INSTRUCTIONS: (1) General
Instructions: 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. Proposal questions should be
directed to one of the points of contact listed elsewhere herein.
Offerors should consider instructions contained in the 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 either in hard copy with
an original and three copies or via electronic 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 two (2) paper copies and two (2) 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) CostProposal: 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 permit 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. Cost proposals should be organized to
include three sections for both phases in the following order: total
project cost, cost sharing and in-kind contributions, and cost to the
government. Section l -- Total Project Cost -- will give a detailed
breakdown of the total project costs, and also broken down by task for
each task appearing in the Statement of Work (SOW). This should
include all of the proposed cost to the government. 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 are not
applicable under Cost Share contracts or Assistance Instruments
(Cooperative Agreement and Other Transactions). Section 2 -- Cost
Sharing and In-Kind Contributions proposed under a 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 from 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 resourcesmay be made by the
government. (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 in the technical proposal and will be
included in the page limit. The technical proposal shall include the
SOW separately addressing both phases detailing the technical tasks to
be accomplished under the proposed 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. A breakout of
person hours for each major task for both phases in the SOW; the names
and qualifications of subcontractors; and the level of effort to be
subcontracted shall be included. Offerors are notified that the SOW, or
any part thereof, may be incorporated by reference, in any resulting
award; therefore, no proprietary information is to be included in the
SOW. 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 50 pages (12 pitch or larger type), double-spaced,
single-sided, 8.5 by 11 inches. 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'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 larger. The page
limitation includes all information, i.e. photographs, foldouts,
appendices, etc. The government will not consider pages in excess of
the 50 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 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 negotiations, qualifying offerors will
be required to submit a small business subcontracting plan. E -- BASIS
FOR AWARD: The selection of one or more sources for award will be
based on an integrated evaluation of an offeror's response (both
technical and cost aspects) of both phases 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 in descending order
of 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, commercialization approach and
proposed SOW; (d) compliance with the requirements; and, (e) 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. No other evaluation criteria will be
used. The technical and cost information will be evaluated
concurrently. The Air Force reserves the right to select for award of
a contract or other assistance instrument, any, all, part, or none of
the proposals received. F-POINTS OF CONTACT: (1) Technical Points of
Contact: Engineer: Mr. John H. Barnes, AFRL/MLMS, Wright-Patterson Air
Force Base, OH 45433-7739, telephone (937) 255-7371, email:
barnesjh@ml.wpafb.af.mil. Contracting/Cost Point of Contact: Contract
Negotiator, Ms Chris Lay, AFRL/MLKT, Wright-Patterson Air Force Base,
OH 45433-7607, telephone (937) 255-7143, email
Chris.Lay@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 to
communicate contractor concerns, issues, disagreements and
recommendations to the appropriate government personnel. 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 are invited to contact the Ombudsman, Lt Col James P. Bixler,
Det 1 AFRL/PK, Building 7, 2530 C Street Wright-Patterson AFB, OH
45433-7607, Telephone 937-255-4813, email bixlerjp@wl.wpafb.af.mil. See
Note 26. (0155) Loren Data Corp. http://www.ld.com (SYN# 0005 19980608\A-0005.SOL)
A - Research and Development Index Page
|
|