|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 14,1999 PSA#2454Department of the Air Force, Air Force Materiel Command, SMC -- Space
& Missiles System Center, 2420 Vela Way, Suite 2420, El Segundo, CA,
90245-4659 A -- PROGRAM RESEARCH AND DEVELOPMENT ANNOUNCEMENT (PRDA) FOR THE
DEPARTMENT OF DEFENSE (DOD), SPACE TEST PROGRAM (STP) SPACE EXPERIMENTS
REVIEW BOARD (SERB) EXPERIMENTS SOL Reference-Number-PRDA-99-01 DUE
011500 POC Aurora Vigil, Contract Specialist, Phone 505-846-8543, Email
vigilm@comanche.plk.af.mil -- Scott Haskett, Secondary POC, Phone
(505)846-8570, Fax (505)846-8518, Email
scott.haskett@comanche.plk.af.mil WEB: Visit this URL for the latest
information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Num
ber-PRDA-99-01&LocID=901. E-MAIL: Aurora Vigil,
vigilm@comanche.plk.af.mil. A-TITLE: PROGRAM RESEARCH AND DEVELOPMENT
ANNOUNCEMENT (PRDA) FOR THE DEPARTMENT OF DEFENSE (DoD), SPACE TEST
PROGRAM (STP) SPACE EXPERIMENTS REVIEW BOARD (SERB) EXPERIMENTS. PRDA
NO 99-01. POC's: Contracting issues: Captain Jason R. Preisser,
Contracting Officer, SMC/TEKL, 3550 Aberdeen Avenue SE, Bldg 413, Room
115, Kirtland Air Force Base, NM 87117-5776, (505) 846-5093,
preissjr@comanche.plk.af.mil or Aurora Vigil, Contract Specialist,
(505) 846-8543, vigilm@comanche.plk.af.mil. Technical issues: Captain
Scott Hasket, Mission Manager (505)846-8570,
scott.hasket@comanche.plk.af.mil, or Sam Meyers
Sims,EleniS@aerospace.plk.af.mil (505) 846-7047. The PRDA announcement
will be available on the Electronic Posting System (EPS) at
http://www.te.plk.af.mil. The PRDA requirements will be available
through the Goddard Space Flight Center Access to Space Web Page at
http://accesstospace.gsfc.nasa.gov/. The PDRA Guide, dated 29 Jun 98,
is available at http://extra.afrl.af.mil./policy-guides.htm. A.
INTRODUCTION: The Space and Missile Systems Center (SMC) Test and
Evaluation Directorate (TE), Space Test Program (STP), is soliciting
white papers from interested offerors identifying new and innovative
engineering solutions which provide timely and cost-effective
integration and spaceflight for existing DoD SERB experiments on
existing or planned spacecraft. THIS ANNOUNCEMENT CONSTITUTES THE
SOLICITATION, DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Interested
offerors are encouraged to contact Sam Meyers Sims at (505) 846-7047,
Mission Planning Division prior to submission of white papers. The
purpose of the communications is to preclude unwarranted effort on the
part of the offeror whose work is not of interest to the Government.
B. WHITE PAPER INSTRUCTIONS: Offerors shall submit a white paper(s)
focusing on new and innovative engineering solutions to provide timely
and cost-effective integration and spaceflight for existing DoD SERB
experiments on existing or planned spacecraft. Offerors are required to
submit a ten (10) page or less white paper plus a separate one (1) page
Rough Order of Magnitude (ROM) to include major cost elements with a
cover letter (include a softcopy on 3.5" disk/Microsoft Word). The
following format shall be used: Section A: Title -- Name of Company,
Projected Period of Performance, and date when experiment would need to
be available. Section B: Technical Summary to include physical
accommodation of experiment, power and weight margins, how experiment
data will be provided, orbit parameters, and anticipated launch
vehicle. Margins And Page Count: Use at least 1" margins on top and
bottom and 34" side margins. Offerors otherwise have latitude as to
what information is presented in the papers. The first round of white
papers shall be submitted by January 15, 2000, 1500 Mountain Standard
Time and addressed to: ATTENTION: Directorate of Space and Missile Test
and Evaluation, Contracting Division, SMC/TEKL, Ms Odette Denman,
Contracting Officer, 3550 Aberdeen Avenue SE, Kirtland AFB NM
87117-5776. White papers received within the first 90 days after
publication will be evaluated as a group. White papers received
thereafter will be evaluated on a quarterly basis. Note: Funding is not
currently identified. Any resultant awards associated with this PRDA
are subject to the Availability of Funds. Award is anticipated FY00
-FY01. Those white papers found to be feasible and consistent with the
intent of the PRDA may be invited to submit a technical and cost
proposal. Such invitation does not assure that the submitting
organization will be awarded a contract. The Government reserves the
right to hold a Briefing to Industry (BFI) prior to proposal submittal
date for any or all of the subject experiments. C. REQUIREMENTS: All
1999 approved STP experiments can be found at the NASA Goddard Space
Flight Center Access to Space (ATS) Website
http://accesstospace.gsfc.nasa.gov/. Only those experiments
specifically identified as being associated with PDRA No. -- -- - will
be considered under this PRDA. The Access to Space Website maintains
models/database of world wide ATS performance/interface capabilities,
access to space opportunities, and customer's needs. STP requirements
have been loaded into this database for easy search and retrieval of
experiment information. D. BASIS FOR AWARD: This is a two-step process.
STEP 1: a peer or scientific review process will evaluate White papers.
Government evaluators may contact offerors prior to completion of the
initial evaluation of white papers as deemed necessary to gain
additional information to complete evaluations. Such dialogue will most
likely be conducted telephonically, but may be done in writing or face
to face as required. To reduce contractor expense, the government will
keep such interchange to the minimum time necessary. STEP 2. Upon
completion of white paper evaluations, offerors whose approaches or
unique capabilities are of further interest to the Government will be
invited to submit a technical and cost proposal. Notification of
selection for further consideration will be in writing. E. PROPOSAL
PREPARATION INSTRUCTIONS: (1) Technical proposal shall include an
Executive Summary, Program Description, Program Plan, Milestone Chart
and Statement of Work. The Statement of Work must detail the technical
approaches/tasks to be accomplished under the proposed effort and
suitable for contract incorporation. The Technical proposal shall be
limited to 50 pages (per experiment) 12-point font, doubled spaced,
single-sided, 8.5 by 11-inch pages. The page limitation includes all
information i.e., indices, photographs, foldouts, appendices,
attachments, resumes etc. The Government will not consider pages in
excess of this limitation. Unnecessarily elaborate brochures or
presentations beyond that sufficient to present a complete and
effective proposal are not desired. Offerors must mark their proposals
with the restrictive language stated in FAR 15.509(a). An offeror may
propose to one, all, or any combination of the subject experiments.
(2) Cost Proposal: Cost proposals should be prepared in accordance with
instructions under "PRDA" at the following TE web site,
http://www.te.plk.af.mil/contracts/news.htm. The price information
considered to be other than cost or pricing data, requested therein, is
necessary for the Government to perform a price realism analysis. (3)
General: Submit Technical and Cost proposals in separate volumes.
Proposals shall be valid for a period of not less than 180 days.
Proposals must reference the above PRDA number, include a unique
proposal identification number, identify the individual experiments of
the proposal, and applicable SMC Division. Proposals shall be
submitted in an original and 1 copy with the original being clearly
marked in such a manner as to distinguish it from the copy. It is
anticipated that any resultant award(s) will be an unclassified
contract. Foreign participation at the prime contractor level is
authorized for this requirement; however, Export Control, Buy American
Act and Balance of Payments Program, and Trade Agreements requirements
may be applicable. The cost of preparing proposals in response to this
announcement is not an allowable direct charge to any resultant
contract or any other contract, but may be an allowable expense to the
normal bid and proposal indirect cost in accordance with FAR
31.205-18. Offerors are reminded to contact the technical point of
contact to verify interest in the effort to be proposed and funding
availability PRIOR to committing any resources to the preparation of
any proposal in response to this announcement. Discussions with any of
the points of contact shall not constitute a commitment by the
Government to subsequently fund or award any proposed effort. F.
EVALUATION CRITERIA: Proposals will be evaluated using the following
factors in descending order of importance based on scientific peer
review: (1) overall scientific and technical merit of the approach
proposed to support individual experiments; (2) offerors capabilities,
related experience, facilities, techniques, or unique combinations of
these which are integral factors for achieving mission objectives; (3)
feasibility, overall technical merits of proposal and innovative
techniques; and (4) realism and reasonableness of price (price
proposals shall be in U.S. currency). Note: Contractual terms and
conditions will be considered significant factors and the proposal(s)
which offer the best overall value to the Government will be given
priority for funding. No further evaluation criteria will be used in
selecting the proposals. SMC reserves the right to select any part or
all of the proposal(s) selected for award in response to this
announcement, subject to availability of funds. Once the evaluation is
completed, all proposals will be sorted into the following categories:
(i) Category I: Well conceived, scientifically and technically sound
proposals pertinent to program goals and objectives, and offered by a
responsible contractor with the competent scientific and technical
staff supporting resources needed to ensure satisfactory program
results. Proposals in Category I are recommended for acceptance and
normally are displaced only by other Category I proposals; (ii)
Category II: Scientifically or technically sound proposals requiring
further development and are recommended for acceptance but are at a
lower priority than Category I; (iii) Category III: Proposals not
technically sound or do not meet the agency needs. When requested, a
debriefing will be provided in accordance with FAR 15.506. G.
ADDITIONAL INFORMATION: To prepare a proposal and perform task(s) under
the resultant contract, the contractor may require access to Militarily
Critical Technical Data whose export is restricted by U.S. export
control laws and regulations. After technology or task area evaluation
of proposals the government will determine whether the technology area
will be subject to export control laws and regulations and offerors
will be requested to submit an approved DD Form 2345, Militarily
Critical Technology Data Agreement, as a conditions for award. Contact
the Defense Logistics Service Center (DLSC), Federal Center, 74 North
Washington, Battle Creek, Michigan 49017-4312, 1-800-352-3572 for
further information on the certification and approval process. To be
eligible to receive an award, a firm is required to be registered in
the DoD Central Contracting Registration Database prior to award of any
contract for awards based on solicitations issued after 31 May 98.
Firms must register on a one-time basis and annually confirm accuracy
and completeness of registration information. Either CAGE code or a
DUNS number will be used to identify the contractor to the paying
office. Only Contracting Officers are legally authorized to commit the
government. Foreign-owned firms are advised that they may be precluded
from becoming a prime contractor. This PRDA is unrestricted and is
solicited based on full and open competition; however offerors should
indicate whether they are a Small Business, a Socially and Economically
Disadvantaged Business, an 8(a) Qualified Business or an HBCU/MI. Small
Disadvantage Businesses are required to be registered with the SBA
(contact your local SBA office for additional information). Interested
parties must be able to demonstrate their ability to manage a
broad-based support effort in the technology areas stated above. An
Ombudsman has been appointed to hear significant concerns from offerors
or potential offerors during the proposal development phase of this
acquisition. Routine questions are not considered to be "significant
concern" and should be communicated directly to the Contract
Specialist, Ms Aurora Vigil, (505) 846-8543. 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 SMC Ombudsman for
this acquisition is Mr Leslie L. Bordelon, SMC/AX, (310) 363-3818, 160
Skynet Street, Suite 2315, Los Angeles AFB CA 90245-4683. Posted
10/12/99 (D-SN390925). (0285) Loren Data Corp. http://www.ld.com (SYN# 0002 19991014\A-0002.SOL)
A - Research and Development Index Page
|
|