Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 25,2000 PSA#2544

Department of the Air Force, Air Force Materiel Command, AFRL -- PL "Directed Energy Directorate", 2251 Maxwell Ave, Kirtland AFB, NM, 87177

A -- ADVANCED LASER IMAGING ANALYSIS SUPPORT (ALIAS) SOL PRDA-00-DE02 POC Marialyn Achille-Argaez, Contract Specialist, Phone 505 846 6876, Fax 505 846 1546, Email achillem@plk.af.mil -- 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=PRDA-00-DE02&; LocID=1122. E-MAIL: Marialyn Achille-Argaez, achillem@plk.af.mil. A _ INTRODUCTION: 1. Points of Contact (POCs): Contractual/Business Issues: Marialyn Achille-Argaez, Contract Specialist, Det 8 AFRL/PKDB (Directorate of Contracting), 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773. Phone 505-846-6876; fax 505-853-3398; e-mail address, achillem@plk.af.mil. The Contracting Officer is Barbara Steinbock, phone 505-846-2246; fax 505-846-1546; and e-mail steinbob@plk.af.mil. Technical Issues: Kim M Gallegos, Program Manager, AFRL/DEL, phone 505-846-2244, e-mail gallegok@plk.af.mil. 2. The Air Force Research Laboratory (AFRL) is interested in receiving innovative proposals for research to solve scientific and engineering problems in the major areas of Active and Passive Imaging, Optical Components, Laser Devices, Weapons Class Laser Applications, and the Maui Space Surveillance System. All proposals with new or unique ideas, which enhance the state-of-the-art and scientific knowledge in these areas are solicited under Program Research And Development Announcement (PRDA)00-DE-02 for Advanced Laser And Imaging Analysis And Support (ALIAS). B _ WORK REQUIREMENTS: 1. The sample Statements of Work are included in the Supplement to this PRDA and are posted on the EPS web site (see paragraph C.1 below for directions on how to reach the ALIAS PRDA_s web page). Generally, the work, by topic area, consists of (1) Active and Passive Imaging: Design and analyze laboratory and field experiments, simulate performance, perform data analysis, and calculate critical performance parameters to support AFRL imaging programs. (2) Optical Components: Analyze and model designs, support testing, and review specifications, materials, processes, and proposals for the development of high power optical components. (3) Laser Devices: Analyze and perform computer modeling of proposed resonator and laser structure designs for miscellaneous laser devices. (4) Weapons Class Laser Applications: Conceptualize, model, and provide performance predictions for beam control and acquisition, tracking and pointingscenarios for weapons class laser applications. (5) Maui Space Surveillance System: Support integration and analyze telescope systems/subsystems and supercomputer systems for possible improvements. Topic 3 contains two separate tasks. NOTE: Offerors may respond to any or all topic areas listed above and should reference the topic area and task being discussed. 2. The Supplement to this PRDA also contains the Contract Data Requirements Lists (CDRLs) some or all of which may or may not be required, depending upon the individual task order. Offerors should propose from the list provided the CDRL(s) most appropriate that will provide maximum insight to the program manager for the task. 3. Work performed under any resulting contract may be classified up to the Top Secret level. Work performed under task area five, Maui Space Surveillance System, may be classified up to the Top Secret/SCI level. Any contractor who receives an award must either have TS or TS/SCI clearance or be capable of obtaining this clearance. Foreign-owned firms are advised that they may be precluded from becoming a prime contractor. C _ INSTRUCTIONS TO OFFERORS: 1. This notice serves as the actual PRDA and synopsis. AFRL will not issue a separate solicitation. AFRL is distributing this PRDA electronically through the Electronic Posting System (EPS) located on the web at http://www.eps.gov. To access this posting, offerors must drill down from the main EPS site through several levels to reach the announcement/synopsis. 1) From http://eps.gov, click on _EPS for Vendors_. 2) In the table, click on _USAF Offices_. 3) At _Air Force Material Command Locations_ go to 4) _AFRL _ PL _Directed Energy Directorate,_ Posted Dates_. 5) Finally, scroll down until you see solicitation _00-DE-02_ and click on it. 2. This PRDA has one submission date of 31 Mar 00. Submissions shall be mailed to Marialyn Achille-Argaez at 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5773; or if hand-carried, deliver to Det 8 FRL/PKDB (Directorate of Contracting), Building 499, Room 208, Kirtland AFB, NM. Late proposals will be reviewed but will be subject to the availability of future funding. For planning purposes, the anticipated award date is no later than 28 July 00. Submissions shall consist of: a. Four copies of both a technical and cost volume. The proposals must reference the above PRDA number and include a unique proposal identification number. b. The technical proposal shall not exceed 20 pages for each task within a topic area. It shall be 12 pitch or larger type, double-spaced, single sided, 8.5 x 11 inch pages, with 1-inch margins on top and bottom of page and 34 inch side margins. Resumes of the Principal Investigator and others proposed to perform work may be included and will not be counted against the page limit. Facilities and equipment to be used may also be identified without regard to the page limit. The page limitation includes all information, i.e. indices, photographs, attachments, etc. Blank pages, title pages, table of contents, lists of figures, lists of tables, tabs, cover sheets, or blank dividers are not included in the page count. c. The cost volume shall be accompanied by one 3.5_, 1.44MB high-density, IBM-compatible data diskette containing cost proposal information. This diskette must contain submission data compatible with Microsoft Excel (Version 5.0 or 7.0). Files shall include all cell formulas. Cost should include consideration of proposed budgets and funding profiles and cost elements as they relate to the technical effort. It is anticipated that adequate price competition (APC) will be achieved between the offerors for all task areas. Therefore, only the data deemed essential for determining a fair and reasonable contract price and for the performance of cost realism analysis is requested. However, should APC not be achieved on a particular task, the offerors of the selected proposal will be requested to submit cost or pricing data IAW FAR 15.403-4. See the Supplement for cost proposal submission instructions. d. Proposals shall be valid for a periodof 180 days. Proposals submitted by fax or e-mail will not be considered for award. Only proposals receiving a rating of Category I or II will be eligible for selection for award. 3. If the offeror wishes to restrict distribution of their proposal, they must mark their proposal(s) with the restrictive language stated in FAR 15.609(a). 4. This is an unrestricted solicitation under SIC code 8731 (size standard is 500 employees). Offerors should indicate whether they are a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) Qualified Business or a Woman-Owned Business, and whether they are an HBCU/MI. 5. The AFRL PRDA/BAA Guide, dated 29 Jun 98, is available at http://extra.afrl.sf.mil/policy-guides.htm. 6. There will be a pre-proposal conference 7 March 2000 beginning at 10:00. It will be held at the following location: AFRL Space Conference Center, 1750 Kirtland Drive SE, Kirtland AFB, NM 87117, Room 7(a). All potential offerors are encouraged to attend. Written questions should be received no later than 3 days prior to the conference. Questions may be e-mailed to the Contract Specialist at her address listed above. D _ EVALUATION CRITERIA: The proposals should be directed toward advancing state-of-the-art and should provide for new and creative research and development solutions for scientific and engineering problems. The following criteria in descending order will be used in evaluating all proposals: (1) the overall scientific and/or technical merit of the proposal including corporate capabilities, key personnel, and related experience, facilities, innovative techniques or unique combinations of the integral factors for achieving proposal objectives; (2) the potential contributions of the effort to the project_s mission (task scope) and the extent to which the research effort will contribute to balancing the overall mission program; and, (3) affordability. After being categorized, AFRL will evaluate for realism and reasonableness the cost proposal(s) of the contractor(s) selected for negotiation. E _ AWARD PROCESS: 1. 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 are recommended for acceptance and normally will be displaced only by other Category I proposals. (2) Category II-Scientifically or technically sound proposals requiring further development and are recommended for acceptance, but are a lower priority than Category I. (3) Category III-Proposals not technically sound or do not meet agency needs. When requested, a debriefing will be provided IAW FAR 15.506. 2. Offerors whose proposals are evaluated as Category I may be issued a model contract with an actual technical task and program management task to which they will furnish a short technical and costproposal for each. Should the Government enter into negotiations with an offeror and be unable to reach a meeting of the minds, that proposal may be displaced by a lower rated proposal and the Government may at that time enter into negotiations with an offeror not originally contacted for negotiations. Negotiations will also include the formation of the Statement of Work (SOW) that will be incorporated into any subsequent award. F _ ANTICIPATED CONTRACTUAL FEATURES: 1. AFRL intends to award incrementally funded, Indefinite Delivery, Indefinite Quantity (IDIQ) contract(s) with cost-plus-fixed-fee task orders. The Government reserves the right to award any FAR or non-FAR instrument as may be deemed appropriate. AFRL reserves the right to make no award, a single award, or multiple awards. This includes the possibility of making more than one award within a given topic area. If multiple awards within a topic area do occur, contractors may have to compete with each other for a given task order. If competed, AFRL will evaluate task order proposals on the following criteria, listed in descending order of importance: technical merit, funds availability, and affordability. AFRL then will evaluate for realism and reasonableness the cost proposal of the contractor selected for negotiation. 2. The estimated total length of the contract is five years. The sample tasks are for one year. 3. The anticipated total ceiling amount for all contract(s) awarded under this PRDA is $21.2 million. For each contract, the guaranteed minimum is expected to be one percent of that contract_s ceiling, the minimum order amount is anticipated to be $5,000, and the maximum order amount is anticipated to be that contract_s ceiling. 4. The government funding profile for the ALIAS program is estimated to be as follows for each fiscal year FY00 through FY04 (spread across all topic areas): FY00: $2.6M; FY01: $4.8M; FY02: $4.6M; FY03: $4.6M; and FY04: $4.6M. This funding profile is an estimate only, is not a promise for funding, and is subject to change due to government discretion and availability with little or no notice. All awards are subject to availability of funds. 5. All topic areas (although not every task within the topic area) may be subject to Associate Contractor Agreements and Conflict of Interest requirements. 6. To prepare and perform services under the contract, the contractor may require access to Militarily Critical Technical Data whose export is restricted by US export control laws and regulations. After receipt and evaluation of proposals, the government will determine whether the technology area will be subject to export control laws and regulations and the 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 the certification and approval process. Foreign owned firms are advised there maybe restrictions to becoming the prime contractor. 7. All information technology used, developed or acquired under this award shall be Year 2000 compliant. Offerors shall include this language in all SOWs submitted in response to the announcement. G _ OTHER REQUIREMENTS FOR AWARD: 1. To be eligible to receive an award a firm is required to be registered in the DoD Central Contractor Registration Database prior to award of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement, 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 the CAGE code or a DUNS number will be used to identify the contractor to the paying office. 2. The Government does not intend that FFRDCs use privileged information or access to facilities to compete with the private sector. If a contractor proposes using an FFRDC as a subcontractor, other than DoD-sponsored FFRDCs, in the capacities discussed in DFARS 235.017, it must provide rationale in its proposal that support the unique capability of the FFRDC. The contractor_s proposal must also demonstrate that the FRFRDC can accept work from other than the sponsor. 3. Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only contracting officers are legally authorized to commit the government. H _ MISCELLANEOUS INFORMATION: 1. This announcement is an expression of interest only and does not commit the Government to pay for proposal preparation costs. The cost of preparing your proposal 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. 2. 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 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 proposal or 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 Avenue SE, Kirtland AFB, NM 87117-5773. CITE: (W-146 SN204178). 3. See Commerce Business Daily Numbered Note 26. Posted 02/23/00 (D-SN427965). (0054)

Loren Data Corp. http://www.ld.com (SYN# 0007 20000225\A-0007.SOL)


A - Research and Development Index Page