Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 1,1999 PSA#2445

Office of Naval Research, 800 North Quincy St., Arlington, VA 22217-5660

A -- COMPOSITES MANUFACTURING TECHNOLOGY SOL 99-029 DUE 121499 POC Helen Paul, ONR Code 253, (703) 696-0066 e-mail:paulh@onr.navy.mil BAA 99-029 -- This announcement constitutes a Broad Agency Announcement (BAA) soliciting proposals for the award of a Cooperative Agreement for the management of a Composites Manufacturing Technology Focus Area for the Navy Manufacturing Technology (MANTECH) Program. No other formal request for proposals or solicitations regarding this announcement will be issued. Interested Parties should be alert for any BAA amendments that may be published. The full BAA announcement may be found at http://www.onr.navy.mil/02/baa/. Technical Point of Contact: Dr. Philip Broudy, ONR MANTECH Detachment, email: broudyp@onr.navy.mil or fax: (215) 697-9534. Contracts Point of Contact: Ms. Helen Paul, ONR, Code 253, email: paulh@onr.navy.mil or fax: (703) 696-0066. BACKGROUND: Ongoing Navy efforts in Composites Manufacturing Technology are currently being managed at the Center of Excellence for Composites Manufacturing Technology (CECMT) by the Great Lakes Composite Consortium (GLCC) under a Navy Cooperative Agreement.The current GLCC cooperative agreement is scheduled for expiration on 31 May 2000. A listing of completed and current project areas is provided at http://www.onr.navy.mil/02/baa/baa99029iday.htm. The work under the CECMT has been a collaborative effort among industry, academia, and government. The benefits of the CECMT include increased productivity, reduced costs and cycle time, and improved quality, and will accrue to industry as well as to the Navy and the Department of Defense (DOD). The Navy MANTECH Program Office will provide Navy needs annually and DOD needs as received. Technology focus areas could include any composites manufacturing technology applicable to Navy and DOD weapon systems. While there is no statutory requirement for cost sharing, the Navy is seeking a cost sharing goal on all technical projects in the ratio of at least one recipient dollar for every government dollar proposed. REQUIREMENTS: The Recipient will be responsible for the creation, operation, and management of the CompositesManufacturing Technology Focus Area. The Recipient will be responsible for the development, evaluation and demonstration of composites manufacturing technologies for current and future Navy and other DOD needs with a major emphasis on affordability and life cycle cost. The Recipient will be responsible for the transfer of these technologies to the commercial sector, which will enhance national industrial competitiveness, enhance the DOD supplier base and reduce manufacturing response time. The Government reserves the right to add transition/management of on-going CECMT projects after award. The following tasks will be required: 1. Participate in the identification and development of leading-edge composites manufacturing technology practices to meet the needs of both the U.S. military and the commercial marketplace. 2. Participate in the identification of composites manufacturing technology needs for weapon system platforms within the DOD. 3. Manage and execute DOD-funded manufacturing technology programs. The degree of program management may vary on some projects. 4. Provide access to a high level of expertise in composites manufacturing technology. 5. Sponsor seminars, conferences, and short courses/training, which provide state-of-the-art information and technology transfer in composites manufacturing. 6. Identify other task areas that are dictated by the ongoing effort. 7. Encourage inclusion of project results in national publications and their presentation at symposia, conferences, and similar venues. EVALUATION CRITERIA: Evaluation of the proposals shall be conducted using the criteria listed below and shall consider best value to the Government, i.e., highest quality and quantity of technical effort at minimum cost. The evaluation criteria are ranked in descending order of importance: Management and Technical, which are of equal importance, are more important than Cost Sharing, and Cost Sharing is more important than Solution Identification Process Examples and Cost Realism, which are of equal importance. No further criteria will be used in the evaluation. 1) MANAGEMENT: Management experience regarding composites manufacturing technology, including reflection of the understanding in the proposed resources, management structure, managerial personnel, organization, use of subcontracting, and leveraging of government funds. Management includes (a) knowledge of the Navy and DOD MANTECH Programs and their goals with major emphasis on affordability, life cycle cost, technology transition and cost sharing/leveraging; (b) overall plan for the first year of operation; (c) organization, management and subcontracting plan, including lead-time for placement of technology development projects to support the technical efforts after award; (d) managerial approach to risk avoidance in the transition of existing CECMT manufacturing projects; and (e) for a multi-industry/academia/partnerships/entity: (i) the organizational structure, (ii) levels of membership and descriptions thereof, (iii) the method of operation of responding to DOD needs including interactions with DOD customers and between partnership/entity members, (iv) project management, (v) selection of project team members, (vi) strength of commitment from each member to the partnership/entity and (vii) the collective range of composites technical expertise of the proposed participants. 2) TECHNICAL: (a) Technical experience in affordable composites manufacturing technology as reflected in previous experience and key technical personnel, including previous contracting instruments, other relevant technology experience, and time commitment of key technical personnel. (b) Previous experiences and understanding of the technical intricacies and innovative approaches to composites manufacturing. (c) Ability to identify and address DOD manufacturing technology needs for all platforms; e.g., aircraft, ships, missiles, and land vehicles. (d) Previous experience in existing and proposed mechanisms to conduct technology transfer to industry and government to achieve a high degree of implementation of the developments and results. (e) Adequacy of existing and proposed facilities and equipment, including location. (f) Familiarity with International Traffic in Arms Regulations (ITAR) requirements. (3) COST SHARING: Strong emphasis shall be placed on cost sharing, leveraging, and minimizing of administrative and infrastructure costs. Two goals are (1) to maximize the return on Navy investment and (2) to have the offeror share the risk in technology development by the offeror's sharing the cost of the technical projects to the maximum extent practicable. Cost sharing shall be valued in accordance with the DOD Grant and Agreement Regulations (http://sra.rams.com/cws/sra/dodgars.htm), paragraph 32.23 and/or 34.13 as appropriate. (4) SOLUTION IDENTIFICATION PROCESS EXAMPLES: Viability of the offeror's process and approach for identifying the best solutions to the two DOD manufacturing technology areas provided as solution identification process examples under PROPOSAL REQUIREMENTS below. Note: These manufacturing technology areas are examples only and have not been specifically identified to be funded. These examples are found on the web at http://www.onr.navy.mil/02/baa/baa99029iday.htm (5) COST REALISM: Costs will be evaluated on the basis of cost realism of the offeror's program management effort. This pertains to the offeror's ability to project costs which are realistic and reasonable and which indicate whether the offeror understands the nature and scope of the requirement. INDUSTRY BRIEFING DAY: An industry day briefing on the BAA will be held as noted at http://www.onr.navy.mil/02/baa/baa99029iday.htm. To arrange for attendance, contact Adrienne Gould, ONR Code 361, at (703) 696-8485, Fax (703) 696-8480 or e-mail: goulda@onr.navy.mil. PROPOSAL REQUIREMENTS: An offeror responding to this Broad Agency Announcement shall submit ten (10) copies of its proposal in the following format. The proposal shall consist of three parts, Management, Technical, and Cost Sharing (Part I) Solution Identification Process Examples (Part II) Cost (Part III). The entire proposal, Parts I, II, and III, shall not exceed 75 pages, excluding resumes and exhibits. Proposals shall be single-spaced and single-sided in 12 pitch and have one inch margins on all sides. Offerors shall provide a matrix showing where in their proposals (e.g., page, section, and/or paragraph number) each of the evaluation criteria and sub-criteria are addressed. Part I shall consist of: (1) A cover page including BAA title, technical point(s) of contact, administrative point(s) of contact, and pertinent phone numbers. (2) Summary page(s) of all organizations participating in the proposal, with addresses and points of contact (3) A summary of related technical and management experience in composites manufacturing technologies and a summary of previous experience and understanding of the technical intricacies and innovative approaches to composites manufacturing. (4) An overall plan for the first year of operation, to include initiation of projects based on needs identified by the Navy and DOD and approach to transition existing CECMT manufacturing technology projects. Information on existing CECMT projects that may transition is provided at http://www.onr.navy.mil/02/baa/baa99029iday.htm . (5) A listing and description of relevant facilities and equipment (and their locations) that would be used during the management of this initiative (6) Organization and management plan. Describe the management and team structure for performance of the tasks identified above under Requirements. The plan shall clearly substantiate the level of commitment of each organization or corporate division that is a team member. Also include a matrix that identifies each organization or corporate division that is a team member and its salient composites technical core competencies (maximum of three competencies per member). (7) Documentation to demonstrate an understanding of the goals and missions of the Navy and DOD Manufacturing Technology Programs with a major emphasis on affordability, life cycle cost, technology transition and cost sharing/leveraging. (8) Planned subcontracting (9) Statement regarding existence of, or intention to obtain, facility and personnel clearances (10) Information regarding the offeror's methods for identifying and addressing technology needs including DOD manufacturing technology needs for all platforms; i.e., aircraft, ships, missiles, and land vehicles. (11) Evidence of the offeror's broad knowledge of technology transfer within the composite industry (12) Other information deemed appropriate by the offeror in response to the Requirements section of this BAA. Part II shall consist of the offeror's full description of the process that it proposes to use to identify the best solution(s) for two Solution Identification Process Examples. The description for addressing each example shall not exceed six pages. The format is at the discretion of the offeror. Solution Identification Process Examples. For the two important DOD manufacturing technology areas listed at http://www.onr.navy.mil/02/baa/baa99029iday.htm, the offeror shall define its process and approach for identifying the best solution(s) to address the technology areas. The approach shall, at a minimum, include the following: (1) methods used to assess the current state of the need for the technology; (2) development of a detailed understanding of DOD expectations to meet the need; (3) method used to solicit proposals for technology development efforts designed to address that technology need; (4) methods used to evaluate the merits of the proposals received, including coordination with DOD and industry representatives to ensure that proposals with the highest projected benefits are identified; (5) coordination with DOD to ensure that funding is allocated and approved for selected efforts; (6) outline of the demonstration and transition plans for the planned effort; and (7) address program management and oversight of the approved technical effort. The solution shall also entail shared government and industry funding, with an appropriate cost-sharing goal. Part III shall contain: (1) A one- to two-page cost summary of the offeror's program management effort. (2) Supporting pages, which shall include a detailed breakdown of labor categories, labor rates, capital equipment needs, travel costs, and any other direct or indirect costs. (3) Identification of applicable indirect rate proposals, recent audits (DCAA or A-133 audits, Independent Public Audits), and reviews of the offeror's accounting, estimating, and billing system reviews (if any). Each page in Part I, Part II, and Part III shall be marked with the words "SOURCE SELECTION INFORMATION". An offeror shall state in its proposal that it is submitted in response to the BAA number provided herein, and all proposals shall be accompanied by a completed certification package. The certifications can be accessed on the ONR Home Page (http://www.onr.navy.mil/)(see "Contracts and Grants" and then "How to submit a proposal"). The certification package is entitled "Certifications and Submittal Statement Documents." Note: The Navy, at its option, may require from all offerors a one-hour oral presentation providing highlights of their proposals. DUE DATE: Proposals shall be submitted to the Office of Naval Research, Manufacturing Technology Division, Attn: Ms. Adrienne E. Gould, Code 361, Room 633, 800 North Quincy Street, Arlington, VA 22217-5660. Proposals must be received by 2:00 p.m. on 14 December 1999. Any proposals received thereafter will not be considered. AWARD: The Navy anticipates making one Cooperative Agreement award and intends to provide incremental funding. The Navy reserves the right not to make any awards as a result of this announcement. The Recipient may be required to have or obtain security clearances up to and including the Secret level for work contemplated under this announcement. For proposals submitted by consortia/partnerships/other multiple entities, Articles of Collaboration, which define the interaction and commitment of the proposed partners, must be developed prior to award. It is anticipated that the resultant award will cover a five (5) year period with a ceiling value not-to-exceed $120 million (not including offeror cost share). MISCELLANEOUS: The Navy will treat all proposals as competition-sensitive information. All evaluators shall be Government employees. However, the Navy may use selected support contractor personnel to provide technical assistance to the government evaluators. These contractor personnel are restricted by signed nondisclosure agreements from disclosing proposal information or using it for any purpose other than performing the assessments. The Government shall not reimburse directly any proposal preparation costs in connection with this announcement. The cost of preparing proposals in response to this announcement is not an allowable direct charge to any resulting award. Technical questions pertaining to this BAA may be submitted via email to broudyp@onr.navy.mil. Contracting questions pertaining to this BAA may be submitted via email to paulh@onr.navy.mil. All questions and responses will be made available to all offerors at http://www.onr.navy.mil/02/baa/baa99029iday.htm. Posted 09/29/99 (W-SN386245). (0272)

Loren Data Corp. http://www.ld.com (SYN# 0006 19991001\A-0006.SOL)


A - Research and Development Index Page