Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 14,1999 PSA#2454

Department 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