|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 21,1998 PSA#2205Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air
Force Base Ok 73145-3032 R -- PRODUCTION ENGINEERING PROGRAM SOL BAA -99-01LPP DUE 122198 POC
For copy, Joanne Davis/Lpdpa/[405]739-4128, For additional information
contact Joanne Davis/Lpdpa/[405]739-4128 Oklahoma City Air Logistics
Center, Tinker Air Force Base is soliciting research proposals under
the "Production Engineering Program", Broad Agency Announcement, BAA
99-01-LPP. Research areas of interest include innovative production
management approaches and basic research projects in the area of
operations research and applicable technology under the Depot Repair
Enhancement Program (DREP). Operation production research technology
areas of interest include but are not limited to: production management
improvement initiatives, inventory management and controls in a
remanufacturing environment, inventory scheduling systems,
benchmarking, production metrics and logistical analysis. Prinicpal
funding for proposals selected from this announcement will begin in
FY99. Award is limited to approximately $900,000.00 in value with a
duration of not more than thirty-six months. Award(s) as a result of
this BAA may be in the form of contracts, grants, cooperative
agreements or other transactions depending upon the nature of the work
proposed. THIS ANNOUNCEMENT CONSTITUTES THE SOLICITATION. DO NOT
SUBMIT A FORMAL PROP0SAL AT THIS TIME. Offerors are required to submit
three (3) copies of two (2) to three (3) page white paper on their
proposed research topic to Major Jon Larvick, OC- ALC/LPPP, 3001 Staff
Drive, Ste 2U80, Room 32, Tinker AFB, OK 73145-3034, Reference
BAA-99-01-LPP, and small business only should submit one (1) copy of
the cover letter by First Class Mail to Mrs. Betty Thomas, Director of
Small Business, OC-ALC/BC, 3001 Staff Dr, Ste 1AJ84A, Tinker AFB, OK
73145-3009, Reference BAA-99-01-LPP. The white paper should be
formatted as follows: Section A: Title, period of performance, cost of
effort and name of company, company address, technical and contracting
point of contacts, phone, fax and e-mail; Section B: Task Objective;
Section C: Technical Summary and Proposed Deliveries. Offerors must
mark their white papers/proposals with the restrictive language stated
in FAR 15.509(a). The purpose of this white paper is to preclude
unwarranted effort on the part of an offeror whose work is not of
interest under this BAA. Those white papers found to be consistent with
the intent of the BAA and of interest to the Government may be invited
to submit a proposal. Complete instructions, proposal preparation and
submission will be forwarded with any proposal invitation. Such
invitation does not assure that the submitting organization will
receive an award. Proposals submitted will be evaluated as they are
received. Individual proposal evaluations will be based on
acceptability or non-acceptability without regard to other proposals
submitted under the announcement. Evaluation of proposals will be
performed using the following criteria which are all of equal
importance: (1) The research approaches and/or technical merits of the
proposal, (2) The innovativeness of the proposal and/or techniques,
(3) The availability of qualified personnel and their experience with
applicable technologies, and (4) The reasonableness and realism of
proposed costs and fees, if any. In addition, the Government may
consider factors such as past and present performance on recent
Government contracts and the capacity and capability to perform the
requirements of the effort. No further evaluation criteria will be used
in selecting proposals. The criteria used to evaluate the proposals
will also be used to determine whether the white papers submitted are
consistent with the intent of this BAA and of interest to the
Government. Options are allowed, but unpriced options will not be
considered for award. Respondees are requested to provide their
Commercial and Government Entity (CAGE) Number and reference
BAA-99-01-LPP with their submissions. Foreign or foreign-owned offerors
are advised that their participation is subject to foreign disclosure
review procedures. Foreign and foreign-owned offerors should
immediately contact the contracting focal point, for information, if
they contemplate responding. The cost of preparing proposals in
response to this announcement is not an allowable direct charge to any
resulting contract, but may be an allowable expense to the normal bid
and proposal indirect costs specified in FAR 31.205.18. (Note:
Publishing rights for data produced as a result of a possible award may
have some limitations and require prior approval of the government due
to competition and security issues.) An Ombudsman exists for this
acquisition. The purpose of the Ombudsman is to receive and resolve
significant concerns from interested parties and potential offerors,
offerors, and industry representatives, when they prefer not to use
established channels of communication during the proposal development
phase. Mr. Bob Harwell is the appointed Ombudsman and he may be reached
at (405)736-3273. The Ombudsman will communicate significant issues,
disagreements, and/or recommendations to the appropriate Government
organization or individual. The role of the Ombudsman is not to
diminishe the authority of the contracting officer or the program
manager, 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 will not participate in either the
evaluation of the proposals or the source selection decision for this
acquisition. All responsible organizations may submit a white paper,
which shall be considered. This announcement is open and effective
until 20 Nov 98. Proposers are warned that only contracting officers
are legally authorized to commit the Government. For more information
contact Major Jon Larvick, Program Manager, at (405)736-3456.
Contracting Officer is Joanne M. Davis at (405)739-4128. Production
Engineering Program The approximate issue/response date will be 20 NOV
1998. No telephone requests. Only written or faxed requests received
directly from the requestor are acceptable. Posted 10/19/98
(I-SN263281). (0292) Loren Data Corp. http://www.ld.com (SYN# 0067 19981021\R-0012.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|