|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 1,1999 PSA#2445Department of the Air Force, Air Force Materiel Command, AFRL --
Phillips Research Site, 2251 Maxwell Ave, Kirtland AFB, NM, 87177 A -- RADIOMETRIC CALIBRATION AND THERMOMETRICS ANALYSIS SOL
PRDA99-DE07 DUE 110199 POC Barbara Steinbock, Contracting Officer,
Phone 505 846 2246, Fax 505 846 1546, Email steinbob@plk.af.mil WEB:
Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=PRDA99-DE07&L
ocID=1122. E-MAIL: Barbara Steinbock, steinbob@plk.af.mil. Radiometric
Calibration and Thermometrics Analysis. PRDA NO. 99-DE07. Contractual
POC: Barbara Steinbock, Contracting Officer (505)846-2246 or E-mail
Steinbob@PLK.AF.MIL; AFRL/PKDB; 2251 Maxwell Ave SE, Kirtland AFB NM
87117-5773. Information concerning this procurement will be available
on the Electronic Posting System (EPS) -- http://www.eps.gov. The AFRL
BAA/PRDA guide is available at
http://aftec.afrl.af.mil/policy-guides.htm. ALL POTENTIAL OFFERORS
SHOULD BE AWARE THAT DUE TO UNANTICIPATED BUDGET FLUCTUATIONS, FUNDING
MAY CHANGE WITH LITTLE OR NO NOTICE. A-INTRODUCTION: The Air Force
Research Laboratory (AFRL) Directed Energy (DE) Directorate is seeking
proposals for research and engineering development support to solve
scientific and engineering problems on the Radiometric Calibration of
sensor resources at the Air Force Advanced Electro-Optics System
(AEOS), to derive Temperature Measurements (Thermometrics) as applied
to Space Object Identification (SOI). Proposals with new or unique
ideas which enhance the state-of-the-art and scientific knowledge in
this field and extend the performance capabilities of the AEOS sensors
are solicited. B- REQUIREMENTS: -- Proposals for development of new
and innovative concepts for: (1) Photometric and Radiometric
calibration of existing sensor resources and sensors undergoing
development; (2) Analytical techniques for measuring temperatures of
objects as derived from calibrated sensor data for SOI applications;
(3) Analytical techniques and development of exploitation tools
allowing for more accurate identification of anomalies and real-time
utilization of sensor data; (4) Analytical techniques for determining
and algorithmically correcting anomalous and unique sensor artifacts
that impact calibration performance; (5) Approaches for maintaining
optimal sensor calibration stability in the presence of system level
variations. C-PROPOSAL PREPARATION INSTRUCTIONS: Offers are solicited
from all sources capable of satisfying the Government's requirements
and arenot limited in technical approach, though the proposal should
consider the goals of the efforts listed above. Projected total funds
are currently unavailable, however funding is estimated at $200,000.00
per year extended over a two year period of performance for a total of
$400,000.00 Proposals are due 30 days from the date this announcement
is published. This announcement is an expression of interest only and
does not commit the Government to pay for proposal preparation cost.
The cost of preparing proposals in response to this PRDA is not
considered an allowable direct charge to any resulting contract or to
any other contract. However, it may be an allowable expense to the
normal bid and proposal indirect costs as specified in FAR 31.205-18.
To prepare its proposal and perform services under the contract, the
contractor my require access to Military Critical Technical Data whose
export is restricted by US export control laws and regulations.
Offerors will be requested to submit an approved DD Form 2345, Military
Critical Technology Data Agreement, as a condition for award. Contact
the Defense Logistics Service Center (DLSC), Federal Center, 74 North
Washington, Battle Creek, Michigan 49016-4312, 1-800-352-3572 for
further information on certification and approval. Interested parties
should have or be capable of acquiring a SECRET clearance. There is a
possibility that a TOP SECRET/SCI clearance may be required for some of
this effort. To be eligible to receive an award of any contractual
document, a firm is required to be registered in the DOD Central
Contractor Registration Database for awards after 31 May 98. Firms must
register on a one-time basis and annually to confirm accuracy and
completeness of information. Either the CAGE code or a DUNS number will
be used to identify the contractor to the paying office. If a
contractor proposes using an FFRDC as a subcontractor, it must provide
rationale in its proposal that supports the unique capability of the
FFRDC (FAR 35.017). The Government does not intend thatFFRDCs use
privileged information or access to facilities to complete with the
private sector. Foreign firms are advised that they are precluded from
becoming a prime contractor. Submit Technical and Cost proposals in
separate volumes. An original and three copies of your proposal are
required. Technical Proposal shall include an executive summary of the
offeror's capabilities (including key personnel), relevant/related
experience, program description, program plan detailing the technical
effort to be accomplished, and facilities. The technical proposal shall
be limited to 25 pages (12 pitch or larger type), double space, single
sided, 8.5 by 11 inch pages, use one inch margins on top and bottom of
page and 34 inch side margins. The page limitation includes information
i.e., indices, photographs, foldouts, however attachments and resumes
do not count. Cost Proposals shall be limited to 5 pages and should be
prepared in accordance with instructions under the AFRL BAA/PRDA guide
at http://aftech.afrl.af.mil/policy-guides.htm. The government will not
consider pages in excess of the limitation. Data deliverables,
including a final report, shall be proposed that will adequately
provide the government with sufficient information to ascertain the
effectiveness of the offeror's operations. Proposals shall be valid for
a period of not less than 180 days after the due date. Proposals must
reference the above PRDA number and include a unique proposal
identification number. Proposals shall be submitted to DET 8 Air Force
Research Laboratory/PKDB, 2251 Maxwell Ave SE, Kirtland AFB
NM87117-5773. A Cost-Plus-Fixed Fee (CPFF) contract(s) is anticipated
to be awarded, however other types may be considered. D-BASIS FOR
AWARD: For the purposes of the PRDA announcement the SIC is 8731, 1000
employees. This announcement is unrestricted and unclassified.
Proposals will be evaluated through peer or scientific review and be in
accordance with the following criteria: (1) The overall scientific
and/or technical merit of the proposal: (2)The potential contributions
of the effort to the project's mission and the extent to which the
research effort will contribute to balancing the overall mission
program. The proposal should be directed toward advancing the state of
the art and should provide for new and creative research and
development solutions for scientific and engineering problems. (3) The
offeror's capabilities, related experience, facilities, techniques, or
unique combinations of these which are integral factors for achieving
the proposal objectives: (4) the qualifications, capabilities, and
experiences of the proposed key personnel who are critical to the
achievement of the proposal objectives: (5) offeror's record of past
and present performance; (6) reasonableness and realism of the proposed
costs and fee. No further evaluation criteria will be used in selecting
the proposals. This CBD announcement in and of itself constitutes the
PRDA. Subject to the Availability of Funds, the Government reserves the
right to select for award any, all, part, or none of the proposals
received. Proposals will be classified into one of the following three
categories: (1) Category I -- Well conceived scientifically and
technically sound proposals pertinent to the program goals and
objectives and offered by a responsible contractor with the competent
scientific and technical staff and supporting resources needed to
ensure satisfactory program results. Proposals in Category I am
recommended for acceptance and normally will be displaced only by other
Category I proposals. (2) Category II -- Scientifically or technically
sound proposals that may require further development and can be
recommended for acceptance but are at a lower priority than Category I.
Proposals in this category are not always funded. (3) Category III --
Proposals are recommended for rejection for the particular announcement
under consideration. This PRDA will be posted on the Electronic Posting
System (EPS) -- http://www.eps.gov. An Ombudsman has been appointed to
hear concerns from offerors or potential offerors, primarily during
the proposal development phase of this competitive, negotiated
acquisition. Routine questions are not considered to be of "significant
concern" and should be communicated directly to the Contracting
Officer, Barbara Steinbock, (505) 846-2246. The purpose of the
Ombudsman is not to diminish the authority of the Contracting Officer
or Program Manager but to communicate contractor concerns, issues,
disagreements, and recommendations to the appropriate government
personnel. The Ombudsman does not participate in the evaluation of the
proposals or in the source selection process. The Ombudsman for this
acquisition is Mr. Eugene DeWall, Deputy Director of Contracting, Det
8/AFRL/PK-D, (505) 846-4979; 2251 Maxwell Ave SE, Kirtland AFB NM
87117-5773. For contracting issues, please contact Barbara Steinbock,
Contracting Officer at (505)846-2246. For technical concerns, please
contact Mr. Michael L. Vigil, AFRL/DEBI, (505)846-6202. Posted 09/29/99
(D-SN386127). (0272) Loren Data Corp. http://www.ld.com (SYN# 0003 19991001\A-0003.SOL)
A - Research and Development Index Page
|
|