Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1999 PSA#2303

Munitions 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