Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651

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 -- GPS GROUND RECEIVER SOL Reference-Number-CBD-Notice-32B DUE 080700 POC David Smith, Contracting officer, Phone 310-363-0384, Email david.smith@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://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=Reference-Number-CBD-Notice-32B&LocID=901. E-MAIL: David Smith, david.smith@losangeles.af.mil. 1) : The following two (2) changes have been made to the previously released announcement, 32. Proposal submittal date remains 7 Aug 00. CHANGE 1. Part 2 of 3, Paragraph D (2), is changed to add to the end of the paragraph "Since the Government will be using non-government personnel to review Contractor Performance Assessment Reports (CPARS), proposals shall include the following statement: (legal name of offeror) grants non-government personnel, identified in Part 3 Paragraph (F) of the original announcement, access to our CPAR information during evaluation of this proposal. CHANGE 2. Part 3 of 3, Paragraph F currently reads: "They will have access to all portions of the proposal data and discussions. This includes access to price evaluations/negotiations data." Change to read: "They will have access to all portions of the proposal data and discussions. This includes access to price evaluations/negotiations data and Contractor Performance Assessment Reports (CPARs)."(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 bind or 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 after the 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 andthe 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) Subcontracting Plan: 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 07/25/00 (D-SN478577). (0207)

Loren Data Corp. http://www.ld.com (SYN# 0008 20000727\A-0008.SOL)

A - Research and Development Index  |  Issue Index |


Created on July 25, 2000 by Loren Data Corp. -- info@ld.com