|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1999 PSA#2303Munitions Contracting Division (AFRL/MNK), Building 13, 101 West Eglin
Boulevard, Suite 337, Eglin AFB, FL 32542-6810 A -- AGENT DEFEAT WARHEAD DEMONSTRATION (ADWD) (PART 3 OF 3) SOL PRDA
No. MNK-99-0001 DUE 042999 POC Judith Gibson, Contract Specialist,
(850) 882-4294, ext. 3419 E-MAIL: Judith Gibson, Contract Specialist,
gibsonj@eglin.af.mil. CONTINUATION (Part 3 of 3) E -- PROPOSAL
EVALUATION: Award Evaluation Criteria: The selection of none or one
source for contract award shall be based on evaluation of the proposals
in response to this PRDA to determine the best value potential for the
entire program. Proposals will be evaluated as received using the
following areas and factors. No other evaluation criteria will be used
in selecting the best proposal. Technical and Cost Area information
will be evaluated at the same time. The Technical Area will be
considered of higher priority than the Cost Area. The factors under the
Technical Area, listed in decreasing order of importance, are: (a)
Soundness of Technical Approach, (b) Understanding the Problem, and (c)
Relevant Past and Present Performance. The Soundness of Technical
Approach factor will consider and evaluate the technical merits and
risks of the proposal as related to design, development and test of the
offeror's proposed Agent Defeat Warhead Baseline Design concept. The
Government may determine that the Baseline Design concept which address
a target(s) with higher priority, as defined in the ADWD Generic Target
Set, presents greater value potential than do Baseline Design concepts
which only address a target(s) of lower priority. The Government,
however, may also determine that a Baseline Design concept, which
addresses a target(s) of lower priority in a very robust fashion,
presents greater value potential than do Baseline Design concepts,
which address a higher priority target(s) in a less robust fashion. In
the event the Government determines that the Baseline Design concepts
proposed by various offerors are each acceptably robust for their
respective relevant target(s), then the priority of the targets will be
a consideration in determining the best value potential. As a part of
determining the best value potential for the entire program, the
government will consider both the potential robustness of the design,
and the degree of design maturation the contractor proposes to
demonstrate during his test program. The Government may determine that
a proposal for a Baseline Design with high potential robustness and a
test program limited only to ground testing, has greater potential
value than does a proposal for both ground and flight testing of
another Baseline Design with less potential robustness. Conversely, in
the event the Baseline Design concepts proposed by offerors are each
acceptably robust, the Government may determine that a proposal
including flight tests offers greater potential value than one which
does not include flight tests. Under the Cost Area, the Cost Proposal
will be evaluated for reasonableness, realism, and completeness. The
total cost to be evaluated will include the cost of performing the
contract, the cost of Government support, and any other offsets for GFP
or acquisition of data rights. F -- POINTS OF CONTACT: (1) Contracting
and Cost: Ms Vicki Keider, Contracting Officer, (850) 882-4294, ext
3404, or Ms Judith Gibson, Contract Negotiator, (850) 882-4294, ext
3419, at AFRL/MNK, 101 West Eglin Blvd., Suite 337, Eglin AFB FL
32542-6810, or e-mail to keider @eglin.af.mil or gibsonj@eglin.af.mil,
respectively. The AFRL/MNK telefax number is (850) 882-9599.
Programmatic and Technical Issues: Mr Ken West, (850) 882-2141, ext
2200, at AFRL/MNMI, 101 West Eglin Blvd., Suite 250, Eglin AFB FL
32542-6810, or e-mail to westko@eglin.af.mil. The AFRL/MNMI telefax
number is (850) 882-9790. (2) Ombudsman: An Ombudsman has been
appointed to address concerns from offerors or potential offerors
during the proposal development phase of this acquisition. Routine or
administrative questions should be directed to the Contracting Officer
or Program Manager. The Ombudsman does not diminish the authority of
the program director or the 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 concern. Potential
offerors are invited to contact AFRL/MN's Ombudsman, Lt Col Gary Libell
@ (850) 882-2872,with serious concerns only. (3) General information:
This announcement and updated or other general information are
available via the World Wide Web at "http://www.wlmn.eglin.af.mil" or
"http://eglinpk.eglin.af.mil/OPS/ADWD.htm". All industry request for
supplemental documentation (i.e., Security Classification Guides,
Generic Target Set, etc.) related to this PRDA shall be requested in
strict accordance with the instructions posted on the web sites. As
information from other related on-going agent defeat efforts become
available, a notice-of-availability will be posted on the referenced
web site, together with instructions to prospective offeror's for
requesting the information. None of the reference items (i.e., guides,
target set, or information) will be provided unless requested in
strict accordance with the web site instructions. Posted 03/12/99
(W-SN307901). (0071) Loren Data Corp. http://www.ld.com (SYN# 0002 19990316\A-0002.SOL)
A - Research and Development Index Page
|
|