Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1998 PSA#2117

R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607

A -- ELECTRONIC WARFARE REQUIREMENTS AND ASSESSMENTS -- PART 2 OF2 SOL PRDA NO. 98-05-SNK POC Contact Kimberly K. Atkinson, Contract Negotiator, (937) 255-5252 or Phillip W. Marcum, Contracting Officer, (937) 255-5252 WEB: Click here to view the Supplemental Package, http://www.wrs.afrl.af.mil/contract/opptnty.htm. E-MAIL: Click here to contact the Contract Negotiator, atkinskk@sensors.wpafb.af.mil. 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 AFRL 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 PRDA number. Proposals shall be submitted in an original and five copies. All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. In addition, a list of selected reports and documents relevant to this effort can be found in the supplemental package located at http://www.wrs.afrl.af.mil/contracts. The selected reports and documents relevant to this effort will be made available for review at Wright Patterson Air Force Base during the proposal period. These documents will not be available for release. Potential offerors are advised to make appointments to review the documents. The point of contact for review of these documents is Carolyn F. May, AFRL/IFSD/EW TIRC, Wright-Patterson AFB, OH, 45433, (937) 255-7261. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the government. (2) COST PROPOSAL: Adequate price competition (APC) is anticipated. Offerors will be required to submit a cost proposal for each of the four sample delivery orders. A formal cost proposal for the basic effort is not required. The cost proposal/price breakdown shall be furnished with supporting schedules and shall contain a personhour breakdown per task. It is requested but not required that the offeror(s) submit cost proposal in electronic form readable by Excel 97. (3) TECHNICAL PROPOSAL: The offeror shall propose on the overall technical program separately from the four sample delivery orders. The overall technical proposal shall include a discussion of the nature and scope of the research to be performed, and shall address each of the eight technology areas. Additional information on 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 as attachments to the technical proposal. The technical proposal for the basic contract and the four sample delivery orders shall include a Statement of Work (SOW) detailing the technical tasks to be accomplished under the proposed effort and suitable for incorporation into the contract. Offerors should refer to the AFRL 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. (4) PAGE LIMITATIONS: The basic technical proposal shall be limited to 50 pages (12 point or larger type), double-spaced, single-sided, 8.5 by 11 inches. The page limitation applies to all information including the Statement of Work, but excluding indexes, photographs, descriptions of equipment and facilities, and resumes. Pages in excess of this limitation will not be considered by the government. The page limit for the sample delivery orders shall be 10 pages each. There is no requirement for an overall cost proposal for the basic contract, However, the cost proposals for the four sample delivery orders shall not exceed 5 pages in length as a goal. (5) PROPOSAL ON DISK: It is requested, but not required, that the offeror(s) also submit the technical proposal on DOS 3 " floppy disk(s) readable by Microsoft Word 6.0. (6) PREPARATION COST: If selected for negotiations, qualifying offerors will be required to submit a subcontracting plan. This announcement does not commit the government to pay for any response preparation cost. The cost of preparing proposals in response to this PRDA 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. E -- BASIS FOR AWARD: A single award is anticipated and will be based on an evaluation of an offeror's response (both technical and cost aspects) to determine the overall merit of the proposal and value to the government in response to the announcement. The technical aspect of both the basic and all delivery orders, which is the first order of priority, shall be evaluated based on the following criteria which are of equal importance: (a) new and creative solutions; (b) the offeror's understanding of the problem and the scope of the technical effort; (c) the soundness of the offeror's technical and management approach; (d) the availability of qualified technical personnel and the balance and breadth of their experience with Information Warfare, air/space systems, and Modeling and Simulation; and (e) the organization, clarity, and thoroughness of the proposed SOW. Cost and/or price, which includes consideration of proposed budget 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 at the same time. Although the Air Force anticipates a single award it reserves the right to award multiple contracts, a grant or cooperative agreement for any, all, part, or none of the proposals received. Award of a grant or cooperative agreement, in lieu of a contract will be considered and will be subject to the mutual agreement of the parties. F -- POINTS OF CONTACT: (1) Technical point-of-contact: Questions on technical issues may be referred to the project engineer, Mr. G. Todd Berry, AFRL/IFSD, 2241 Avionics Circle, Wright-Patterson Air Force Base, OH 45433-7334, (937) 255-4429 ext. 3554. (2) Contracting/Cost point-of-contact: Questions related to the contract/cost issues should be directed to Wright Laboratory, Directorate of Research and Development Contracting, Ms. Kimberly K. Atkinson, AFRL/SNKD, Wright-Patterson Air Force Base, OH 45433-7607, voice (937) 255-5252, telefax (937) 255-3985 or e-mail atkinskk@sensors.wpafb.af.mil. 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. All potential offerors should use established channels to voice concerns before resorting to 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. Interested parties should direct all routine communication concerning this acquisition to Phillip W. Marcum, Contracting Officer, AFRL/SNKD, Bldg 7, 2530 C Street, Wright-Patterson AFB OH 45433-7607, telephone (937) 255-5252, fax (937) 255-3985. 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. These serious concerns only may be directed to the Ombudsman, James P. Bixler, Lt. Col. USAF, Deputy Chief, R&D Contracting Office, Det. 1 AFRL/PK, Bldg. 7, 2530 C Street, Wright Patterson AFB, OH 45433-7607, phone (937)255-4813. See Note #26. (0163)

Loren Data Corp. http://www.ld.com (SYN# 0001 19980616\A-0001.SOL)


A - Research and Development Index Page