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