|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8,1999 PSA#2471Commander, Naval Air Warfare Center, Weapons Division, Code 210000D, 1
Administration Circle, China Lake, CA 93555-6100 A -- INTEGRATED HIGH PAYOFF ROCKET PROPULSION TECHNOLOGY (COMPOSITE
ROCKET MOTOR CASES) SOL N68936-00-R-0012 DUE 010400 POC Glenda Downing,
Contract Specialist, (760) 939-7503 INTEGRATED HIGH PAYOFF ROCKET
PROPULSION TECHNOLOGY (COMPOSITE ROCKET MOTOR CASES) The Naval Air
Warfare Center Weapons Division (NAWCWD) Propulsion Technology Office
is seeking proposals in support of the Integrated High Payoff Rocket
Propulsion Technology (IHPRPT) program. . The Standard Industrial
Classification code is 8731 with the small business standard of 1,000
employees. This is an unrestricted solicitation. Responses from all
responsible sources will be considered. Although not mandatory, it is
highly recommended that a prospective offeror have either a government
coordinated Advanced Rocket Propulsion Plan (ARPP), or develop an
ARPP) prior to or in conjunction with the proposal submittal, or have
a documented working relationship with a company possessing a
Government coordinated ARPP to insure IHPRPT relevance of any proposed
technology. Information regarding the IHPRPT program in general and
the ARPP process is available from NAWCWD. The Navy wishes to identify
and explore innovative and new concepts, principles, or processes in
the area of tactical solid rocket motor composite case technology. Case
technologies proposed do not need to individually meet the IHPRPT
performance goals for delivered energy and mass fraction to be
considered. Case technologies along with advances in other component
technology areas (propellants, combustion and energy conversion, and
control systems) that allow for meeting the overall IHPRPT goals are
acceptable. Case weight savings and case technology which enable
increased propellant volumetric loading, exhibit higher aeroheat
capability and / or reduced manufacturing costs (as shown through test
articles and analysis) should be demonstrated. Case concepts and
designs should be compatible with existing and Phase II IHPRPT
propellant technologies, and be capable of withstanding motor chamber
pressures in the 4,500-5,000 psi range. Any proposal should offer the
eventual delivery of rocket motor cases that could be static test fired
with live solid propellant to demonstrate the claimed performance
gains. NAWCWD test facilities may be available for static motor
testing. Offerors are encouraged to make preliminary inquires on the
need for the effort contemplated before expending the time and effort
of preparing a proposal. The technical point of contact for this BAA is
Mr. Tim Riffel (760) 939-7301, e-mail riffelt@navair.navy.mil. Please
reference N68936-00-R-0012 in all correspondence. The proposed effort
should have a period of performance of not greater than three (3) years
and should be structured in a manner that will facilitate early
close-out in the event the projections are not realized, i.e., separate
and distinct phases by Government fiscal year, options, etc. Award
decisions on proposals will be based on a competitive selection of
proposals from a peer/scientific review. This announcement will remain
open for 45 days from the date of publication for the receipt of
proposals. Offerors may submit multiple proposals. Evaluation and
selection of proposals for award will be made on the basis of the
potential benefits accruing to the Government when weighted against the
cost of the proposal. Additional primary considerations will include an
independent Government assessment of the probability of success of the
proposed approach and the availability of funding. Proposals not
considered to have sufficient scientific merit or relevance to the
Navy's needs may be rejected without further review. Proposals may be
reviewed and acted on as they arrive. The Government reserves the right
to select for award all, some or none of the proposals received in
response to this announcement. It is the policy of NAWCWD to treat all
proposals as privileged information before award and to disclose the
contents only for the purpose of evaluation. Any contract awarded, on
the basis of a proposal submitted under this BAA, will control
disclosure and use of proprietary information. At a minimum, Government
Purpose Rights will be required atthe completion of the contract. DATA
REQUIREMENTS: All contracts awarded, as a result of this BAA, will be
required to include appropriate data items. Following is a sample
Contract Data Requirements List (CDRL). The items listed or other
similar items will be incorporated as applicable. The Data Item
Descriptions are given as references only. Offerors are encouraged to
propose alternates to the standard items shown below for approval. In
addition, contractors format and report consolidation are highly
encouraged and will also be acceptable upon approval. Alternate or
additional data items that would streamline and/or enhance the
effectiveness of the program are solicited. Contractor's Progress,
Status & Management Report -- DI-MGMT-80227/T -- Monthly -2 copies;
Contract Funds Status Report -- DI-F-6004B/T -- Monthly -- 2 copies;
Presentation Material -- DI-ADMN-81373 -- As Required; Program Plan --
DI-MGMT-80909/T -- 30 Days After Contract Award -- 2 copies; Still
Photo Coverage -- DI-MISC-80169 -- As Required; Data Accession &
Internal Data -- DI-A-3027A/T -- As Required; Scientific & Technical
Report -- DI-MISC-80711/T -- As Required -2- copies; PROPOSAL
PREPARATION GUIDELINES: One (1) original and three (3) copies shall be
submitted to the address listed at the end of this announcement.
Facsimile transmissions or electronic media (i.e. e-mail) transmissions
will not be accepted. All offerors will prepare and submit a full
proposal that consists of two (2) volumes, a Technical / Management
Volume and a Cost Volume. The technical/management volume shall contain
the technical approach, a statement of work (SoW), the management
approach, a Small Disadvantaged Business (SDB) participation / target
plan and, if required a sub-contracting plan. The cost volume shall
contain the cost proposal, which will include cost and /or pricing
data. The proposal submitted by an offeror in response to this BAA is
the only vehicle available to the offeror for receiving consideration
for award. The proposal must stand on its own merit; only information
provided through the proposal can be used in the evaluation process
leading to an award. The proposal should be prepared simply and
economically, providing a straightforward concise delineation of the
offeror's approach and capabilities necessary to perform the proposed
work. The technical/management portion of the proposal is required to
contain a technical description of the proposed idea including the
following: (1) Major tasks to be performed. (2) A list of deliverables,
if any. (3) A description of the project's relevance to the achievement
of the IHPRPT goals and the stated objectives of this BAA. (4) A
description of the feasibility of the proposed effort. (5)
Identification of the major risks with a brief description of how they
will be mitigated. (6) A description of any required Government
Furnished Material, Equipment or Testing. (7) A Statement of Work
(SoW). (8) A program schedule. (9) A written description of any
proposed alternatives to the data items listed above. (10) The resumes
of key technical and management personnel. (11) Relevant past/present
performance data. (12) Each offeror shall prepare a SDB Participation
Target plan. (13) If the value of the proposal is over $500,000 and
the offeror is not considered a small business, the offeror will
prepare a subcontracting plan. It is the intent of NAWCWD to
incorporate the offeror's SoW, as written, into the applicable
resulting contract. The SoW must accurately describe the work to be
performed and be void of inconsistencies. The proposed SoW must contain
a summary description of the technical methodology as well as the task
description, but not in so much detail as to make the contract
inflexible. The SoW shall contain the following sections: Objective,
Scope, Applicable Documents/Background, Task/Technical Requirements
broken down by phase and/or Government fiscal year, and Management. If
subcontracting is involved, level of effort, roles, key individuals
and qualifications should be included. The cost volume shall contain
the following information on cover page. (a) Name, Address, CAGE Code,
DUNS Number, Tax Identification Number, and type of entity. (b) Type
of business select from the following categories; Large Business, Small
Business, Small Disadvantaged Business, Other Small Business, HBCU, MI
Other Educational, or Non Profit. (c) Title and date of proposal. (d)
Statement that this proposal is submitted pursuant to
N68936-00-R-0012. (e) Government funding requested. (f) Duration of
proposed effort. (The proposed work should have a period of performance
of not greater then three (3) years and should be structured in a
manner that will facilitate early close-out in the event the
projections are not realized, i.e., separate and distinct phases by
Government fiscal year, options, etc.). (g) Names, telephone numbers
facsimile and e-mail addresses of the technical and business personnel
who may be contacted for more information or for negotiation purposes.
(h) Dates of submission and signature(s) of official(s) authorized to
obligate to the institution contractually. (i) Identification of any
proprietary information to be used for evaluation purposes only. The
cost proposal must contain a summary cost breakdown and a detailed cost
element breakdown of each major task set forth in the SOW and should
include information supporting the offeror's estimating process. The
summary breakdown should be to the level of major tasks and should
indicate manpower levels of effort, equipment and supplies, travel, and
miscellaneous expenses for the tasks of the entire program broken out
by performer and time. Proposed funding projections should be provided
by phase and/or Government fiscal year. A breakdown of cost data is
required under this BAA. If "cost or pricing data" are required the
offeror shall provide the cost or pricing data in accordance with FAR
15.403-4 "Requiring Cost or PricingData," and the offeror shall provide
the information identified in FAR 15.408, "Solicitation Provisions and
Contract Clauses/Price Proposals When Cost or Pricing Data are
Required." When Cost of Money is being proposed, the offeror shall
submit a DD Form 1861. One copy (1) of the proposal shall be provided
to the offerors local Defense Contract Management Office (DCMC) and one
(1) copy to the local Defense Contract Audit Agency (DCAA). Prospective
offerors are encouraged to submit a copy of their technical/management,
and cost proposals on electronic media using Microsoft Excel 97 and
Microsoft Word 97. The cost proposal, including individual breakouts
and all corresponding summaries, up to and including total program cost
breakout shall be submitted using Microsoft Excel 97. Each spreadsheet
shall contain all formula or equations used to compute individual line
items, as appropriate, as well as total cost (i.e. sell price). Spread
sheets, for the basic program effort as well as any proposed options
must also be submitted. Total dollar spread sheeting without a breakout
of the individual elements of expense and associated calculation
formula is not acceptable. Submission of electronic cost data does not
relieve the offeror from their responsibility for submission of an
original signed hard copy of the cost proposal along with all
supporting rational. Offerors must prepare a cross reference
identifying the data on disk to that contained in the hard copy and
include it as part of both the hard copy submission and the diskette.
It must contain the following data: the disk name under which the file
is stored: file name of the data file; hard copy reference (volume and
page number): a brief description of the data e.g. labor rates, bill of
material, etc.). Pursuant to FAR 19.1202.4 and FAR 52.219-24 In order
to receive credit under the source selection factor or subfactor, the
offeror must provide, with its offer, targets, expressed as dollars and
percentages of total contract value, for SDB participation in any of
the SIC major groups as determined by the Department of Commerce. The
targets may provide for participation by a prime contractor, joint
venture partner, teaming arrangement member, or subcontractor; however,
the targets for subcontractors must be listed separately. In accordance
with the requirements of FAR 19.702 and 52.219-9, DFARS 226.7006 and
DFARS 252.219-7000, if the total amount of the proposal exceeds
$500,000, and there are subcontracting possibilities, offerors are to
prepare and submit a subcontracting plan for Small Business, Small
Disadvantaged Business, and Woman Owned Small Business concerns or
historical Black Colleges and Universities and Minority Institutions
(HBCUs/MIs) as part of their proposal submission. The subcontracting
plan shall be included in the technical/management portion of the
proposal. (Small business offerors do not have to submit the plan.)
Offerors are cautioned that the Government will not execute a contract
unless the ContractingOfficer determines that the plan provides the
maximum practicable opportunity for SB, SDB, and WOSB concerns or
HBCUs/MIs to participate in the performance of the contract. Offerors
should note that DFARS 219.705-4 and 226.700 have provided for a goal
of 5% for SDB concerns or HBCUs/MIs. Subcontracting plans that provide
for less than the aforementioned goal must be accompanied by
sufficient evidence that all reasonable attempts to meet the 5% goal
have been made. Acceptable plans will be included in resultant
contracts. PROPOSAL EVALUATION: Proposals will not be evaluated against
each other since they are not submitted in accordance with a common
work statement. Evaluation of proposals will be accomplished through a
technical review of each proposal using the following criteria, which
are listed, in descending order of importance. (1) Soundness of the
offeror's technical approach with regards to feasibility of the
project; probability of the technology being a viable candidate for
selection/application into an operational system; and understanding the
scope of the technical effort. (2) Relevance of the proposed effort to
the achievement/demonstration of the goals of the IHPRPT program. (3)
Innovation and creativity of the proposed solution to meeting the
technical objectives as stated. (4) Capability of the offeror to
successfully accomplish the proposed effort, which includes
demonstrated relevant past/present performance; subcontracting plan,
SDB Participation plan and past performance of offerors in complying
with subcontracting plan goals for SDB concerns and monetary targets
for SDB participation; the availability of the necessary resources such
as experienced and competent technical and management personnel; and
the availability, from any source, of required laboratory; shop, and
test facilities. (5) The reasonableness and realism of proposed costs,
and the availability of funds. All proposals submitted to NAWCWD shall
be considered Government property. Proposals will not be returned This
announcement constitutes the technical requirements in full text. No
other solicitation or Request for Proposal will be issued. Any contract
awarded as a result of this BAA will have a maximum length of 3 years.
The Standard Industrial Classification code is 8731 with the small
business standard of 1,000 employees. Approximately $1,000,000 of
exploratory development (6.2) funds are anticipated to be available
over a three-year period beginning Fiscal Year 2000 to conduct these
research and development efforts. This announcement solicits the
participation of all offerors capable of satisfying the Government's
needs. The Government will not cover any costs associated with proposal
preparation, nor pay, as a direct expense preparation cost on awarded
contracts. This is an unrestricted solicitation. All responsible
sources capable of satisfying the Government's needs may submit
proposals that will be evaluated if received by the closing date.
Because of the technical breadth implied in this solicitation and
hardware demonstration required, no portion of this BAA will be set
aside for HBCU and MI participation. However, these organizations are
encouraged to apply and or team with other proposes. POINT OF CONTACT:
For contracting questions Ms. Glenda Downing, (760) 939-7503, e-mail
downinggo@navair.navy.mil. Technical questions should be addressed to
Mr. Tim Riffel (760) 939-7301, e-mail riffelt@navair.navy.mil.
Proposals are due by 4:00 PM, Pacific Time 4 January 2000. Early
submission of proposals is strongly encouraged. Selections for awards
will be made at any time during the evaluation process. Proposals
should be submitted to Naval Air Warfare Center Weapons Division,
Attention: Code 210000D (Glenda Downing), 1 Administration Circle,
China Lake, CA 93555-6100. ***** Posted 11/04/99 (W-SN398205). (0308) Loren Data Corp. http://www.ld.com (SYN# 0002 19991108\A-0002.SOL)
A - Research and Development Index Page
|
|