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