Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 28, 2001 PSA #2986
SOLICITATIONS

A -- INTEGRATED STRUCTURAL TESTBED (IST) PHASE I STUDIES

Notice Date
November 26, 2001
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL -- PL "Space Vehicles Directorate", 2251 Maxwell Ave, Kirtland AFB, NM, 87117
ZIP Code
87117
Solicitation Number
Reference-Number-BAA-PKV02-01
Response Due
January 31, 2002
Point of Contact
Susan Alley, Contract Specialist, Phone 505 846 4945, Fax 505 846 7041, Email Susan.Alley@Kirtland.AF.MIL -- Susan Alley, Contract Specialist, Phone 505 846 4945, Fax 505 846 7041, Email Susan.Alley@Kirtland.AF.MIL
Description
The Air Force Research Laboratory (AFRL), Space Vehicle Components Branch (VSSV), as part of the Space Vehicles Technology Directorate (VS) at Kirtland AFB NM is interested in receiving proposals from all offerors to advance the state-of-the-art and scientific knowledge in an INTEGRATED STRUCTURAL TESTBED (IST) PHASE I STUDIES. The Space Vehicle Component Technology Branch (VSSV) is interested in funding multiple contracts to develop, through Preliminary Design Review (PDR) level, an Integrated Structural Test Bed (IST) to support the Space Based Laser (SBL) Deployable Optics Program. The results of the IST Phase I studies will be used to determine the requirements for a follow-on contract award. Direct contact with the government POC is encouraged before proposal submission. Funding is anticipated, but not currently available. PROPOSAL PREPARATION INSTRUCTIONS: Submit technical and cost proposals and administrative data in separate volumes in original and three copies with the original marked to distinguish it from the copies. The proposal volumes shall include the information required by the proposal preparation and cost proposal instructions. Technical Requirements (Attachment 1) and Cost proposal instructions may be viewed and downloaded by accessing http://www.eps.gov, USAF, Air Force Materiel Command, AFRL/Phillips Research Site (VSSV). A ?Read File? containing the 1) IST Core Test Bed Technical Requirements Document, 2) IST Test Article Technical Requirements Document, and 3) SPICE Facility Specification will be available to qualified offerors who are certified by the Defense Logistic Information Services (DLIS). Please contact the technical point of contact to obtain access. 1. Cost Proposal: VS intends to award cost plus fixed fee (CPFF) contract(s). A 3.5-inch diskette, IBM PC compatible, Microsoft Excel (Version 5.0 or 7.0) files, to include all cell formulas, containing the cost proposal is required. 2. Technical Proposal: The technical proposal shall include a Program Description, Program Plan, Schedule/Milestone Chart, Facilities and Equipment description, description of Relevant Prior Management Plan, and Key Individual resumes. The technical proposal shall also include a Statement of Work (SOW) detailing the research to be accomplished under the task area, suitable for incorporation into the award. The technical proposal shall not exceed 35 pages (no smaller than 12 font), single spaced, double-sided, 8.5 by 11-inch pages. The page limitation includes all information i.e., indices, photographs, foldouts (count as 2 pages), appendices, attachments, etc. Each printed side counts as one page. Blank pages, title pages, tables of content, lists, tabs or cover sheets are not included in the page count. The government will not consider pages in excess of this limitation. The offeror is required to provide a complete description and breakdown of proprietary/non-proprietary data, an outline of the proposed final report, and also delineate data rights. A read file will be available at the completion of the study and will contain a ?releasable summary? of the results of this effort for use on the follow-on Phase II. 3. Administrative Data: In this volume the offeror shall include the above BAA number, include a unique proposal identification number, and identify the technical areas selected. Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. The Government intends to make multiple Cost Plus Fixed-Fee awards within the program Phase I estimate of $2.5M. The Government intends to award multiple contracts in both Technical Areas A and B. Offerors may propose on one or both Technical Areas; separate awards will be made for each area. Foreign firms are advised they WILL NOT be allowed to participate at the prime contractor level. The operations, research, and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act (Title 22, USC, Section 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, USC, App. 40-1, et seq.). Only those companies who are certified by DLIS may receive such information. The online address is http://www.dlis.dla.mil. Request certification and registration from the Defense Logistics Information Service, US/Canada Joint Certification Center, Federal Center, 74 North Washington, Battle Creek, MI 49017-4312, (800) 352-3572 as soon as possible. The contractor will be required to have a facilities clearance up to and including SECRET. Firms responding should indicate if they are a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) Certified Business, a Woman-Owned Business, or a Hub-zone certified concern. The NAICS for this acquisition is 541710, with a size standard of 1,000 employees. This acquisition is unrestricted; full and open competition is anticipated. An award in excess of $500K to a large business will require a sub-contracting plan prior to award. An Ombudsman has been appointed to mediate concerns from offerors or potential offerors during the pre-proposal phase of competitive, negotiated acquisitions. The Ombudsman does not participate in proposal evaluation or contractor selection. The Ombudsman can work with responsible acquisition officials to respond to concerns, but will not detract from the authorities of the Project Manager or Contracting Officer. When requested, the Ombudsman will maintain the confidentiality of sources. The Ombudsman at Phillips Research Site is Mr. Eugene C. DeWall, Director of Contracting, Det 8 AFRL/PK, 2251 Maxwell St SE, Kirtland AFB NM 87117-5773; (505) 846-4979. Before contacting the Ombudsman, potential offerors should first refer contracting concerns to the Contracting Officer, F. Tapia at (505) 846-5021, or refer technical concerns to Dr. Troy Meink, the technical point of contact. The Government does not intend that Federally Funded Research and Development Centers (FFRDCs) use privileged information or access to Government facilities to compete with the private sector. If an offeror proposes to use a FFRDC at a lower tier, other than DOD-sponsored FFRDCs in the capacities discussed in DFARS 235.017, it must provide rationale in its proposal that supports the unique capability of the FFRDC. Also, the Offerors proposal shall demonstrate that the FFRDC can accept work from other than the sponsor. Offerors are put on notice that non-government advisors may be used. The non-Government advisor support will be provided by Aerospace Corporation. Offerors with objections to this shall follow the procedures in 5352.215-9007 USE OF NON-GOVERNMENT ADVISORS (AFMC) (NOV 1998). Proposals will be evaluated in accordance with AFMC FAR Supplement 5335.016-90 and should be valid for a period of 120 days. Proposals will be due no later than 31 January 2002. Awards are anticipated within 60 days after proposal receipt. The proposals will be evaluated by a peer or scientific review process in accordance with the following evaluation criteria listed in descending order of importance: 1) The overall scientific approach and technical merits of the proposal to include, but not be limited to, (capabilities, related experience, and techniques or unique combinations integral to achieve objectives) 2) Importance and applicability to the SBL Program; and 3) Availability of Funds. No further evaluation criteria will be used. 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. Offerors must mark their proposals with the restrictive language stated in FAR 15.609(a). Proposals sent to any inappropriate address are ineligible for award. This announcement is an expression of interest only and does not commit the government to pay for proposal preparation cost. The cost of preparing proposals in response to this BAA is not considered an allowable direct charge to any resulting contract or to any other contract. For contracting issues, please contact Ms. Susan Alley at (505) 846-4945. For technical issues, please contact Dr. Troy Meink, (505) 846-9331. Note 26 applies. Points of Contact: Ms. Susan Alley, Contracting Specialist, Phone 505 846 4945, Fax 505 846 5576, Email susan.alley@kirtland.af.mil=20 Dr. Troy Meink, Contracting Officer, (505) 846-9331, FAX (505) 846-7877,=20 Email troy.meink@kirtland.af.mil.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFMC/AFRLPLSVD/Reference-Number-BAA-PKV 02-01/listing.html)
Record
Loren Data Corp. 20011128/ASOL007.HTM (D-330 SN5137B1)

A - Research and Development Index  |  Issue Index |
Created on November 26, 2001 by Loren Data Corp. -- info@ld.com