|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 15,1998 PSA#2201Aeronatuical Systems Center, ASC/YUK, 102 West D Ave, Suite 300, Eglin
AFB FL 32542-6807 10 -- MINIATURIZED MUNITIONS CAPABILITY CONCEPT STUDY SOL PRDA No.
WMX-99-0001 POC Contact Audrea Majors, Contracting Officer, (850)
882-3525, ext 3124 A -- INTRODUCTION: Air Armament Center, Armament
ProductDirectorate, Plans and Programs Division (AAC/WMX) is interested
in receiving proposals for the Miniaturized Munitions Capability (MMC)
concept study. The MMC concept study will include detailed weapon and
carriage system definition and support for the MMC Analysis of
Alternatives (AOA) being conducted by Air Combat Command, Global Attack
Division (ACC/DRPW). Proposals in response to this announcement must be
received no later than 1630 on 30 November 1998 and addressed to AAC
/YUK, 102 West D Avenue, Suite 300, Eglin AFB FL 32542-6807, ATTN:
Audrea Majors. This is a restricted solicitation. By direction of the
Foreign Disclosure Office at Eglin AFB, no foreign participation is
allowed for this effort. Proposals submitted after the cut-off date
specified herein shall be treated in accordance with FAR 52-215-1(c),
"Late Submissions, Modifications, and Withdrawal of Proposals."
Respondees should reference the above number (WMX PRDA-99-0001).
Proposals handled by courier shall be delivered to Audrea Majors in
Bldg 11, first floor, Eglin AFB FL. Proposals submitted must be in
accordance with this announcement. Since this is a Program Research and
Development Announcement (PRDA), there will be no formal request for
proposal or other solicitation regarding this announcement. Offerors
should be alert for any PRDA amendments that may be published. The
Government reserves the right to amend the due date to allow for
subsequent submission proposal dates. If sufficient proposals are
selected to satisfy the PRDA objectives as a result of the first
submission, subsequent opportunities for proposal submission will not
be available. B -- REQUIREMENTS: (1) Technical Description: The Air
Armament Center is conducting up to a six month concept study which
intends to define potential munition(s) and carriage system(s) concepts
that will satisfy the needs stated in the MMC Mission Need Statement,
CAF 304-97. In this study, concepts will be defined that most
affordably and effectively satisfy the MMC MNS. Potential choices could
be a single munition with single carriage system, a modular munition
with single carriage system, multiple munitions with a single carriage
system or multiple munitions with multiple carriage systems TECHNOLOGY
GOALS: The following objectives have been established for this concept
study program (reference HQ ACC Global Attack Mission Area Plan
(MAP)): (1) Define affordable miniature munition(s) and carriage system
that meet the needs addressed in the MMC MNS: multiple kills per
sortie, multiple ordnance carriage, adverse weather accurate and
precision munitions capability, medium-to-high altitude accuracy of
free fall weapons, capability against hardened targets, munitions
package (too much airlift support required), increased weapons
effectiveness against area targets, real-time target location and/or
kill capability versus small/mobile targets, prevent susceptibility to
camouflage, concealment and deception (CCD), minimize or negate
collateraldamage, and overcome susceptibility of munitions to
countermeasures; (2) define a munition(s) and carriage system(s)
concept that minimizes aircraft integration costs; (3) provide
predicted performance data for the MMC concept; (4) address and define
supportability issues for the MMC concept; (5) provide Life Cycle Cost
(LCC) estimates for the MMC concept; and (6) provide the concept of
operations for the MMC concept. Performance, supportability and LCC
information required for preparing the proposal will be provided at the
Industry Day or earlier if requested. DESIGN: The contractor shall
complete a conceptual design for the MMC concept that is effective
against mobile/moving, fixed and relocatable targets to include but not
limited to: the destruction of key nodes within the enemy's command,
control, communications, computers, and intelligence (C4I) network;
reduction of enemy's aircraft sortie generation capability (may include
hardened aircraft shelters and bunkers); destruction of an enemy's
supporting infrastructure (i.e., power plants, industrial buildings);
weapon production, assembly, and staging areas; naval combatants
(frigate and larger) in port; suppression of integrated air defenses to
include early warning radars and surface-to-air missile sites (fixed
and mobile); surface-to-surface missile sites (fixed and mobile);
destruction of stationary and moving armored combat vehicles, artillery
and transportation vehicles; and other emerging targets. The concept
shall include a munition(s) and a carriage system(s). The contractor
shall ensure that the conceptual design is sufficiently complete and
contains the level of detail required for modeling in the AOA to
include descriptions of components and subsystems. The contractor's
conceptual design shall account for any additional mission planning,
C4I, off-board/on-board targeting or other assets required to implement
the system concept. AIRCRAFT INTEGRATION REQUIREMENTS: The contractor
shall address aircraft integration for the following aircraft: F-16,
F-15E, F-117, F-22, JSF, B-1B, B-52H and B-2. The contractor shall
ensure that the MMC system be designed to be compatible, through its
carriage, with the aircraft's MIL-STD-1760 interface connector. (2)
Deliverable items: The following are required deliverable items: (a)
Conceptual design drawings in government approved contractor format,
(b) Final report detailing LCC, performance predictions, supportability
plan, aircraft integration requirements and mission planning
requirements, (c) Requirements trade studies in contractor format, (d)
Supporting analysis justifying performance and cost data, (e)
Performance data in Government electronic format. Format will be
provided to potential offerors upon their request to the Contracting
Officer. Two (2) copies of each data item will be required and all data
items shall be delivered within three months after effective date of
contract. (3) Security Requirements: Portions of this program will be
classified up to the SECRET level. (4) Other special requirements: The
Government anticipates the following program reviews and meetings:
Kickoff within one week of contract award at Eglin AFB; interim review
three months after contract award atgovernment facilities at Eglin
AFB, FL; and a Final Program review six months after contract award at
government facilities at Eglin AFB, FL. C -- ADDITIONAL INFORMATION:
(1) An Industry Day will be held on Tuesday, 27 October 1998, at Eglin
AFB FL. Check-in will begin at 0800 with the conference beginning at
0830. Visit requests shall be provided to Audrea Majors at AAC/YUK, 102
West D Avenue, Suite 300, Eglin AFB FL 32542-6807 or faxed to (850)
882-9473. One-on-One meetings are available in the afternoon for
potential offerors. Meetings will be approximately one hour and can be
scheduled by calling Lynda Davila at (850) 882-4248, ext 6029. (2)
Anticipated Period of Performance: Total -- 6 months; 3 months for
concept definition and data deliverables, 3 months to provide
clarification and supplemental data. A time and material option line
item will also be included in the contract in the event that additional
technical support is required and funding is available. (3) Expected
award date: 29 Jan 1999. Expected Contract Start Date: 1 Feb 1999 (4)
Funding Estimate: The Government expects to have a total of $1.0
million available to be divided among the awarded contracts.. This is
an estimate only, not a promise of funding availability. (4) Type of
Contract: Firm Fixed Price (FFP) is anticipated. (5) Government
Furnished Information (GFI): After contract award the Government will
provide the following information: representative target set and
descriptions, MSFD scenarios in which weapon will operate, threat
timelines, MMC AOA Mission Tasks, Measures of Effectiveness and
Measures of Performance, F-22 and JSF bay dimensions. Offerors should
identify in their proposals any additional GFI required in order for
them to perform their proposed effort. (6) Size Status: This is a full
and open competition with the exclusion of foreign participation. For
the purposes of certifying as a small business, the size standard is
500 employees (SIC 8731) 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 must submit approved
DD Form 2345, Export-Controlled DOD Technical Data Agreement, with
their proposal. Offerors should state whether they are a large
business, small business, small disadvantaged business, nonprofit,
educational, or historically black college or minority institution.
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, Ste 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. Other information and instructions for working with
Program Research and Development Announcements may be obtained by
visiting the world wide web site:
www.wrs.afrl.af.mil/contract/prdag.htm. Additional proposal questions
should be directed to one of the points of contact listed elsewhere
herein. A technical and cost proposal submitted in separate volumes is
required and must reference the above PRDA number. Volume 1 should
provide the technical proposal, and Volume 2 should address the
price/cost portions of the proposal. Volume 1 should be limited to a
total of 20 pages, including resumes, charts, figures, tables, etc.
Pages in excess of the specified 20 pages will be removed and returned
to the offeror before evaluation starts. Cost proposals have no
limitations, however, offerors are requested to keep cost proposals to
5 pages as a goal, as adequate price competition is anticipated. A
page is defined to be one side of an 8.5 x 11inch piece of paper with
information on it. Minimum print size is 10 point type, or 12 pitch.
Proposals shall be submitted in an original and 5 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. Offerors are advised that only the
Contracting Officer is legally authorized to contractually bind or
otherwise obligate the Government. (2) Cost Proposal: The accompanying
cost proposal/price breakdown shall include a person-hour breakdown by
task and a cost element summary (labor, overhead, travel, G&A, etc.).
Estimated costs for historical data for similar efforts are requested
for program office budgetary estimation and value estimation. 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. (3) Technical
Proposal: The Government does not intend to provide a Statement of
Work. Offerors may elect to incorporate a Statement of Work into the
proposal or have the Government incorporate the proposal by reference
into any resulting contract. The technical proposal shall include as a
minimum: (a) detailed technical approach describing how the study will
be conducted, (b) preliminary list of new conceptual alternatives from
which the contractor's study will depart, (c) proposed program
schedule. E -- PROPOSAL EVALUATION: The selection of one or more
sources for contract award shall be based on scientific and engineering
evaluation of the proposals in response to this PRDA. Proposals will be
evaluated as received using the factors given below. No further
evaluation criteria will be used in selecting the proposals. The
factors, listed in descending order of importance, are: (1) The overall
technical merits of the proposal, including methodology of the proposed
study. (2) The offeror's capabilities, related experience, facilities,
techniques, or unique combinations of these which are integral factors
for achieving the proposal objectives. (3) The qualifications,
capabilities, and experience of the proposed principal investigator,
team leader, and other key personnel who are critical to achieving the
proposal objectives. (4) The offeror's record of past and present
performance on the development and integration or production of a major
weapon system. (5) Reasonableness and realism of proposed cost: An
evaluation is made of all proposed costs to ensure the offeror has a
proper understanding of the effort. It is the policy of AAC/WMX to
treat all proposals as privileged information prior to award, and to
disclose the contents only for the purposes of evaluation. The offeror
must indicate on the appropriate form any limitation to be placed on
disclosure of information contained in the proposal. The technical and
cost information will be evaluated at the same time. The U.S. Air
Force reserves the right to select for award one, several, or none of
the proposals received in response to this announcement, though the Air
Force anticipates up to four awards. Offerors may contact the
individuals or sections listed herein to obtain generally available
clarification of technical/contractual issues and cost proposal format
or pricing information. F -- POINTS OF CONTACT: (1) Contracting/Cost:
Ms. Audrea Majors, Contracting Officer, (850) 882-3525, ext. 3124, at
AAC/YUK, 102 West D Ave, Ste 300, Eglin AFB, FL 32542-6087. The fax
number is (850) 882-9473. (2) Technical Issues: Ms. Lynda Davila, (850)
882-4248, ext. 6029, (FAX (850) 882-6984) at AAC/WMX, 207 West D Ave,
Ste 301, Eglin AFB, FL 32542-6810. (3) Omsbudman: Col.Christopher
Caravello, AAC/CV, 102 West D Avenue, Suite 300, Eglin AFB FL
32542-6808, (850) 882-4242.***** Posted 10/13/98 (W-SN261458). (0286) Loren Data Corp. http://www.ld.com (SYN# 0093 19981015\10-0001.SOL)
10 - Weapons Index Page
|
|