|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 12,1999 PSA#2301Munitions Contracting Division (AFRL/MNK), Building 13, 101 West Eglin
Boulevard, Suite 337, Eglin AFB, FL 32542-6810 A -- REVOLUTIONARY GUIDANCE AND ORDNANCE TECHNOLOGY SOL BAA No.
MNK-99-0002 POC Linda Weisz, Contract Specialist, (850) 882-4294 ext.
3206 E-MAIL: Linda Weisz, Contract Specialist; Charles Cottrell,,
weisz@eglin.af.mil">weisz@eglin.af.mil;cottrell.@eglin.af.mil. PART II PROPOSAL EVALUATION
A. Proposals submitted in response to the BAA will be evaluated as
received using the factors given below. The factors are listed in
descending order of importance. No further evaluation criteria will be
used in selecting the proposals. 1. The overall scientific and/or
technical merits of the proposal, the potential contributions of the
effort to the AFRL/MN mission and the extent to which the research
effort will contribute to balancing this directorate's overall research
program. 2. The offeror's capabilities, related experience (to include
past and present performance), 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 reasonableness and realism of proposed costs and
fees if any, the proposed cost share by the offeror if any, and the
availability of funds. B. Upon receipt of a proposal, the AFRL/MN
technical staff will perform an initial review of its scientific merit
and potential contribution to the Air Force mission and also determine
if funds are expected to be available for the effort. Proposals not
considered to have sufficient scientific merit or relevance to Air
Force needs, or those in areas for which funds are not expected to be
available, may be declined without further review. C. It is the policy
of AFRL/MN to treat all proposals as privileged information prior to
award, and to disclose the contents only for the purposes of
evaluation. Proposals not declined as a result of initial review will
be subject to an extensive evaluation by highly qualified scientists
from within the Government. The offeror must indicate on the
appropriate form any limitation to be placed on disclosure of
information contained in the proposal. D. Each proposal will be
evaluated based on the merit and relevance of the specific research
proposed as it relates to the overall AFRL/MN program, rather than
against other proposals for research in the same general area. PART III
-- PROPOSAL PREPARATION A. Each proposal submitted should consist of
two volumes. 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 50 pages, including resumes, charts,
figures, tables, etc. Pages in excess of the specified 50 pages will be
removed and returned to the offeror before evaluation starts. A page is
defined to be one side of a 8.5 x 11 inch piece of paper with
information on it. Minimum print size is 10 point type, or 12 pitch.
Every proposal shall have at least one copy submitted on disk or via
e-mail with a hard copy of the signature page sent via regular mail.
Proposals submitted on disk or sent via e-mail are to be submitted on
Microsoft Office 97 format. Note: The preferred format for all
proposals is via electronic means, whether on disc or via e-mail. The
Government intends to work proposals and awards through electronic
means. To do business with the Air Force Research Laboratory/Munitions
Directorate (AFRL/MN), you must have the Air Force standard packages
(Microsoft Office 97 and JETFORM/Formflow Filler Version 2.15). B. The
technical portion of the proposal, Volume 1, should contain the
following: 1. A title and abstract that includes a concise Statement of
Work and basic approaches to be utilized. The Statement of Work should
indicate the effort intended for each period of research. 2. A
complete discussion stating the background and objectives of the
proposed work, the approaches to be considered, and the resources to be
employed. Include also the nature and extent of the anticipated
results, and if known, the manner in which the work will contribute to
the accomplishment of the agency's mission. 3. The names, brief
biographical information, and a list of recent publications of the
offeror's key personnel who will be involved in the research.
Documentation of previous work or experience of the proposer in the
field is especially important. 4. The type of support, if any, the
offeror requests of the Munitions Directorate, e.g. facilities,
equipment, and materials. 5. The names of federal, state, local
agencies or other parties receiving the proposals and/or funding the
proposed effort of a similar nature. If none, so state. 6. The identity
of facilities, specialized equipment, or other real property to be used
for the work, if appropriate for an understanding of the technical work
to be conducted. 7. Identify all on-going Government contracts and
related past contracts or assistance instruments. Provide a technical
point of contact and telephone number for each contract cited. C. The
cost portion of the proposal, Volume 2, should contain the following:
1. SF Form 1411 (Proposal Pricing Cover Sheet) for total proposal, as
applicable. 2. Summary by cost element and profit for each contract
line and sub-line item and for the total proposal. 3. Labor summary for
total proposal by categories, rates, and hours. Include an explanation
of how labor rates are computed, including base rates and escalation.
Show which are level of effort, if applicable. For proposals from
universities, the times and amounts to be charged should be identified
by academic year and summer effort. 4. Identification of indirect
rates by fiscal year and explanation of how established and base to
which they apply. 5. Bill of materials detailing items by type,
quantity, and unit price, total amount, and source of estimate. Provide
vendor quotes. 6. Summary of all travel by destination, purpose, number
of people and days, air fare, per diem, car rental, etc. 7. Consultants
by name, rate, and number of days or hours. Furnish copy of consulting
agreement, and identify prior agreements under which the consultant
received the proposed rate. 8. Other direct costs by type, amount, cost
per unit and purpose. Specifically identify any costs for printing and
publication and computers. 9. Subcontractor's proposal with prime
offeror's price/cost analysis of subcontractor's proposal. If
subcontractor was not competed, include justification. 10. Forecast of
monthly dollar commitments for the proposed contract period. 11. Type
of contract or assistance instrument proposed. (We expect most awards
to universities and non-profit organizations to be grants.) 12. State
whether you are a large business, small business, small disadvantaged
business, woman-owned small business, nonprofit, educational, or
historically black college or university. 13. Other terms and
conditions, if any. D. Grants, cooperative agreements, and other
transactions are encouraged. Information regarding these can be found
in the AFMC Homepage -- site:
http://www.afmc.wpafb.af.mil/organizations/HQ-AFMC/PK/pkt/jump.htm. The
cost proposal should follow items one (1) through fourteen (14), above,
as applicable for assistance instruments. E. Award of a grant to
universities or nonprofit institutions, in lieu of a contract, will be
considered and will be subject to the mutual agreement of the parties.
F. The use of oral technical presentations is highly encouraged.
Specific guidelines need to be followed for the use of oral technical
presentations. For information regarding the use of oral technical
presentations contact Linda Weisz at 101 West Eglin Boulevard, Suite
337, Eglin AFB FL 32542-6810, 850-882-4294, ext. 3206. G. Options are
discouraged and unpriced options will not be considered for award. H.
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. I. The general
scope for a program resulting from this BAA is a limited research
program. The program should be designed to demonstrate well-defined and
substantive research results, should not be overly ambitious or
open-ended, and should not be a paper study that inherently requires a
follow-on program. The suggested guideline on price is up to
approximately $300,000, but there is the potential for larger awards
depending upon the availability of funds, the scope of the work and the
potential for a cost sharing contract or assistance instrument. J.
Refer to the "Proprietary Information" and "When and How to Submit"
sections of Air Force Material Command Unsolicited Proposal Guide, AFMC
Pamphlet 64-101. The AFMC Form 190 is not applicable to BAAs. The guide
may be obtained from AAC/BC, 205 West D Avenue Suite 449, Eglin AFB FL
32542-6863. The telephone number for this office is (850) 882-2843. K.
Responders should reference the above number (MNK BAA-99-0002) and a
technical topic and contact name. Proposals should be sent to Ms. Linda
Weisz, 101 West Eglin Boulevard, Suite 337, Eglin AFB, FL. 32542-6810.
This announcement is open and effective for one year from date of
publication. Proposers are warned that only contracting officers are
legally authorized to obligate the government. L. An Ombudsman has been
appointed to hear serious concerns from offerors or potential offerors
during the proposal development phase of this acquisition. Routine or
administrative questions concerning this BAA should be directed to
Linda Weisz, Contract Specialist, at 850-882-4294, ext 3206 and
technical concerns should be directed towards the appropriate technical
point of contact. The Ombudsman does not diminish the authority of the
program director or Contracting Officer, but communicates Contractor
concerns, issues, disagreements, and recommendations to the appropriate
Government personnel. When requested, the Ombudsman shall maintain
strict confidentiality as to the source of the concern. Potential
offerors are invited to contact AFRL/MN's Ombudsman, LtCol Gary M.
Libell, (850) 882-2872 with serious concerns only. Posted 03/10/99
(W-SN306846). (0069) Loren Data Corp. http://www.ld.com (SYN# 0002 19990312\A-0002.SOL)
A - Research and Development Index Page
|
|