|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,2000 PSA#2627Department of the Air Force, Air Force Materiel Command, SMC -- Space
& Missiles System Center, 2420 Vela Way, Suite 2420, El Segundo, CA,
90245-4659 A -- GPS GROUND RECEIVER SOL Reference-Number-CBD-Notice-32B DUE
080700 POC Arthur Trader, Contracting Officer, Phone (310)363-0092,
Email arthur.trader@losangeles.af.mil -- Lisa Schleder-Kirkpatrick,
Secondary POC, Phone 310-363-2925, Email
lisa.schleder-kirkpatrick@losangeles.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-CBD-Notice-32B&LocID=901. E-MAIL: Arthur Trader,
arthur.trader@losangeles.af.mil. (Part 2 of 3) -- D. PROPOSAL
PREPARATION INSTRUCTIONS: (1) GENERAL INSTRUCTIONS: Potential Offerors
should apply the restrictive notice prescribed in the provision at FAR
52.215-1(e), Instructions to Offerors-Competitive Acquisitions, to any
restrictions on disclosure and use of data contained in their
proposals. Proposals shall be valid for a minimum of 90 days. Proposals
must reference the PRDA number 00-32. Proposals shall be submitted in
an original (clearly identified as such) and five copies, plus one
electronic copy. The electronic proposal copy must be compatible with
Windows 95 and as applicable, be submitted using the following
programs: Microsoft (MS) Word 97 (PDF format acceptable), MS Excel 97,
MS Project 98 and MS PowerPoint 97. Electronic copy shall be on
3.5-inch diskette, compact disk (CD) or 100mb-zip disk. Proposals
submitted shall be considered against the criteria set forth herein.
Offerors are advised that only the Contracting Officer is legally
authorized to contractually bindor otherwise commit the government. No
more than one proposal from each Offeror will be accepted. Each
proposal may contain a maximum of one Higher End receiver solution and
two Lower End receiver solutions. The Government may choose to procure
all, part, or none of an Offeror's proposal. (2) ORAL PRESENTATIONS:
Oral presentations will not be evaluated. The intent of the oral
presentations is to afford the offerors the opportunity to highlight
key points in the offeror's proposal. The oral presentations are not
intended to initiate discussions. Each offeror may present an oral
briefing using a maximum of 20 presentation slides, not to exceed 90
minutes. No products may be physically shown or demonstrated at the
oral presentation. All information presented must be contained within
the offeror's proposal. Offerors shall provide the presentation slides
to be used in the oral presentation as part of Volume I -- Executive
Summary of the proposal. No deviation/substitution or additional charts
are allowed afterthe government receipt of the offeror's proposal. Each
offeror may be represented by no more than five of the offeror's key
personnel who will be working on the PRDA effort. The offeror shall
include the name, telephone number, e-mail address, and FAX number of
the individual whom the Government should notify of their oral
presentation time schedule. The oral presentations will take place
approximately one week after the deadline date for receipt of
proposals. (3) PRICE PROPOSAL: Since adequate price competition is
anticipated, cost or pricing data is not required in accordance with
FAR 15.403-1. Should adequate price competition not be obtained, the
Contracting Officer may request submission of cost or pricing data at
a later date. Offerors shall refer to the Bidders Library for
additional Price Volume Instructions. If an offeror proposes multiple
receiver solutions, the price proposal shall separately price each
solution (Higher End, Lower End), as well as a price combining all
solutions. Offerors shall propose no more than $5 Million for each
receiver solution. (4) TECHNICAL PROPOSAL: Offerors shall identify in
the technical proposal, in accordance with the format specified at
Department Of Defense FAR Supplement 252.227-7017, any use or
disclosure restrictions asserted on technical data to be delivered
under this contract. (a) Critical Requirements: Offerors proposing a
Higher End GPS Ground Receiver solution shall provide a technical
description of how the proposed receiver best meets or exceeds the
Critical Requirements List, dated 04 Apr 00, found in the Bidders
Library. For further definition of the Government's interpretation of
a Higher End GPS Ground Receiver, Offerors should refer to
MIL-PRF-DAGR-600, Ver 4.0, dated 29 Feb 00. Offerors proposing a Lower
End solution shall provide a technical description of their proposed
receiver(s) and identify, at a minimum, which requirements found in the
Critical Requirements List, dated 04 Apr 00, will be met. (b) Areas of
PRDA Concentration: Proposals should discuss the major areas of
concentration and the associated risk (in relation to cost,
performance, and schedule) and the Offeror's Risk Mitigation Plans.
Offerors shall also clearly identify program management, technical,
schedule, and operations and support (O&S) cost drivers. (c) Capability
Verification Matrix: Proposals shall include a completed Capability
Verification Matrix. The matrix identifies which verifications the
Government requires and provides an opportunity for the offerors to
propose additional verifications that will be accomplished during the
PRDA period of performance. A copy of the Capability Verification
Matrix, with mandatory Government requirements, is found in the
Bidders' Library. The offeror's test schedule shall be incorporated
within the draft Integrated Master Schedule found in the proposal. (d)
Statement of Work: Proposals shall include a Statement of Work (SOW)
for each proposed receiver solution. The SOW will be incorporated into
the contract. (e) Integrated Master Plan (IMP) and Integrated Master
Schedule (IMS): Offerors shall provide with their proposals an IMP and
IMS that supports the achievement of their proposed critical program
activities. Offerors may include those activities which have been or
are under way which directly support their proposal solution. The IMP
will become an attachment to the contract. The IMP identifies and
includes narratives describing the necessary events, significant
accomplishments, and associated accomplishment criteria to meet the
intent of the PRDA objectives. The IMP shall be an event driven
document that tracks program maturity and represents up-front planning
and commitment, provides the basis for lower-tier planning, instills
balanced design discipline, and provides a measure of progress in
accomplishing PRDA objectives. The IMP shall be a single plan for the
entire PRDA effort capturing core activities necessary to accomplish
PRDA objectives. At a minimum the Offerors IMP shall identify a Post
Award Conference to occur within 30 days after contract award. The
intent of the IMS is to obtain a functionally integrated understanding
of the proposal with clear tracks between the IMP, cost, and schedule
in a way that provides the Government confidence the program is
structured to be executable. The IMS shall highlight the critical path
to achievement of PRDA objectives. (f) Software Process: Provide a
draft Software Development Plan (SDP), using EIA/IEEE Interim Standard
J-STD-16-1995, Standard for Information Technology, Software Life
Cycle Processes, Software Development Acquirer-Supplier Agreement,
September 1995, as guidance. The SDP shall specify the processes to be
used for software development and for integral activities, such as
software configuration management (SCM), product evaluations,
corrective action, joint reviews (technical and management) and
software quality assurance (SQA). Provide an assessment of risks in the
software development and software test approaches, including a
complete, prioritized risk list and specific risk mitigation
strategies. The prioritized risk list shall identify the high-impact
risks to be mitigated, the medium to low impact risks that will be
monitored for program awareness, and the risks that have little or no
impact to the program that will be neither mitigated nor monitored. For
the proposed risk management methodology, the Offeror shall provide the
information (i.e., probability vs. impact rationale) and assumptions
used to develop the prioritized risk list. All processes to be used for
software development, either directly or by reference to the SDP shall
be identified in the IMP. (g) Team Members: The Offeror shall submit
a listing of their proposed team to execute the PRDA effort. It shall
identify the Program Manager and other key team members (including
subcontractors), their role on the team, their qualifications, and
current status with respect to the prime Offeror (i.e., currently
working for contractor on another project, current subcontractor on
other related project, preliminary discussions with subcontractors,
etc.). (h) Cost As an Independent Variable (CAIV): It is not the
Government's intent for the contractor to follow the formal CAIV
process. Instead the offeror shall describe its concept of CAIV in
relationship to cost, schedule and performance tradeoffs to achieve an
optimal product for the users. As a minimum, offerors shall describe
how they intend to interact and share information/data with the
Government. Additionally, the proposal shall identify general CAIV
candidates for each proposed receiver solution. The CAIV schedule and
associated critical milestones shall be incorporated into the IMS. (i)
Past and Present Performance: The Offeror shall submit recent and
relevant past and present contract (commercial and Government)
performance information (for prime, subcontractor, or teammate) that
clearly demonstrates experience with GPS ground receivers (either by
contract or in-house) including any in-process efforts. The proposal
shall describe demonstrated ability to develop a GPS receiver, or
significant components, from performance requirements through limited
or full-rate production. Offerors should identify recent and relevant
experience based on, but not limited to, product similarity, product
complexity, contract type, program phase, and subcontractor interaction
within the past five years. Offerors may submit up to five contract
references for the prime contractor and a minimum of two for each major
subcontractor/teammate. The contract references used within the
proposal shall include a synopsis of the challenges of each project,
and discuss the originally projected cost, schedule and technical
requirements and the final cost, schedule and technical requirements.
Offerors shall include in their proposal points of contact for
contracts submitted for past and present performance. The Government
reserves the right to use both data provided by the offeror and data
obtained from other sources to validate past and present performance
information submitted in the proposals. (j) SubcontractingPlan: If
selected for funding, offerors will be required to submit a
subcontracting plan in accordance with FAR Part 19.7 (as supplemented)
for each contract that is expected to exceed $500,000 and that has
subcontracting possibilities. Posted 06/20/00 (D-SN466741). (0172) Loren Data Corp. http://www.ld.com (SYN# 0001 20000622\A-0001.SOL)
A - Research and Development Index Page
|
|