SOLICITATION NOTICE
R -- Development of Collaborations with HBCU/MIs
- Notice Date
- 6/28/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433
- ZIP Code
- 45433
- Solicitation Number
- Reference-Number-F4FBBM6158A100
- Response Due
- 7/5/2006
- Archive Date
- 7/20/2006
- Description
- This proposed contract action is to provide support to the institutionalization and implementation of AFRL/SN?s Historically Black Colleges and Universities/ Minority Institutions (HBCU/MIs) program. This project will support research and development (R&D) in areas deemed of high interest to AFRL/SN. The program will identify HBCU/MIs with technical capabilities and interest that match AFRL/SN requirements and needs. Recruitment of students and graduates will be coordinated from selective HBCU/MIs. Mutually beneficial collaborations with other AFRL Technical Directorates will be facilitated. This project will also characterize long term science and engineering education and training programs that can be implemented and be a source of future employees for AFRL/SN, in accordance with the below. PERFORMANCE WORK STATEMENT Development of Collaborations With Historically Black Colleges and Universities And Minority Institutions (HBCU/MIs) Integration and Operations Division (AFRL/SNO) Wright-Patterson Air Force Base, OH 45433-7320 I. DESCRIPTION OF SERVICES 1.1 Background The Air Force Research Laboratory?s Sensors Directorate (AFRL/SN) develops and advances radar technology, active and passive electro-optical targeting systems, navigation aids, automatic target recognition, sensor fusion, and threat warning and countermeasures. With these capabilities, the Air Force hopes to fulfill the vision of providing a full range of air and space sensors networked to the warfighter, providing a complete and timely picture of the battlespace, enabling precision targeting of the enemy, and protecting friendly air and space assets. To meet the mission of the directorate, collaborative relationships with a broad spectrum of educational institutions are needed, together with a highly talented and diverse workforce. 1.2 Purpose The purpose of this task is to provide support to the institutionalization and implementation of AFRL/SN?s Historically Black Colleges and Universities/ Minority Institutions (HBCU/MIs) program. This project will support research and development (R&D) in areas deemed of high interest to AFRL/SN. The program will identify HBCU/MIs with technical capabilities and interest that match AFRL/SN requirements and needs. Recruitment of students and graduates will be coordinated from selective HBCU/MIs. Mutually beneficial collaborations with other AFRL Technical Directorates will be facilitated. This project will also characterize long term science and engineering education and training programs that can be implemented and be a source of future employees for AFRL/SN. 1.3 Task Description 1.3.1 Scope of Work. The contractor shall build on the HBCU/MI initiatives started by AFRL/SN. Processes and procedures shall be developed for collaborations with HBCU/MIs that shall ensure the long-term sustainability of a program providing quality sensor R&D and science, engineering, and other professional employees. The focus shall be on Historically Black Colleges and Universities and Minority Institutions. Sensor R&D shall be focused in, but not limited to, the areas of aerospace components, electro-optical (EO) & radio-frequency (RF) sensors, automatic target recognition & countermeasures technologies, reference systems technologies, and reconfigurable electronics. The contractor shall also identify and characterize education and training and recruitment venues that can facilitate the long-term recruitment and employment of scientists, engineers, and other professionals. Emphasis shall be on under-represented groups. This Performance Work Statement (PWS) describes the tasks necessary to accomplish this effort. 1.3.2. Specific Tasks. Tasks on this effort shall include, but are not limited to: 1.3.2.1 The contractor shall conduct a strategic technical analysis to identify and to define the research and technologies of highest interest and long term needs of AFRL/SN. This analysis shall be performed in close collaboration with S&E personnel of AFRL/SN. A detailed analysis shall be conducted to identify the HBCU/MIs with the greatest R&D capabilities. These analyses shall take advantage and build on prior analysis conducted by AFRL/SN. Institutions shall be identified and selected based on technical capabilities and interest to become major partners with AFRL/SN. 1.3.2.2 The contractor shall facilitate the implementation of long term collaborative partnerships in R&D, education and training, recruitment and other appropriate activities with the selected institutions. These relationships are expected to include, but not be limited to, co-op students, Educational Partnership Agreements, summer faculty research opportunities, research/postdoctoral associateships, IPAs, sabbaticals, and R&D Contract/Grants. 1.3.2.3 The contractor shall collaborate with AFRL/SN and with the selected HBCU/MI partners to identify technology transfer opportunities. In close cooperation with AFRL/SN, the contractor shall prepare technology transition and transfer responses, resulting from information requests from external organizations and key decision-makers. This activity should lead to recognition and the acceptance of AFRL/SN developed technologies within the Air Force. 1.3.2.4 The contractor shall identify research and development being conducted at AFRL/SN partner HBCU/MIs that match the technical needs and requirements of other AFRL Technical Directorates. The contractor shall further develop and present comprehensive strategic approaches to establishing major technical initiatives in these areas which demonstrate applicability across multiple organizations. 1.3.2.5 The contractor shall develop and present comprehensive science and engineering education and training programs that can facilitate the early preparation of future technical employees for AFRL/SN. The program shall include but not be limited to cooperative education and summer employment of students and faculty from HBCU/MIs. Additionally, the contractor shall develop and analyze the potential of pre-college education and training programs. 1.3.2.6 The contractor shall organize conferences and workshops to include AFRL/SN key technical and managerial personnel, technical and managerial and university personnel partner HBCU/MIs. 1.3.2.7 Contractor personnel shall travel when necessary to perform the requirements of this contract. All travel will be coordinated and approved through the Government technical point of contact to ensure the maximum benefit per trip is achieved. This travel will be in accordance with the Federal Acquisition Regulation. Established Federal Government per diem rates shall apply to Contractor travel. 1.3.2.8 The contractor shall provide an off-site leader, to coordinate and supervise the efforts under requirements 1.3.2.1 through 1.3.2.7. This individual will plan and implement this contract so that the requirements of the Government, including deliverables, are met in a timely manner. This person must possess a thorough knowledge of AFRL Sensors Directorate procedures and programs. This individual shall have experience in managing similar contracts and be knowledgeable of contractor procedures and of government contract requirements. 1.3.2.9 Other Direct Costs may include, but not be limited to, specialized graphics supplies/equipment, outside printing services and photo development costs as required, audio visual equipment purchase/rental costs, Express mail service (Fed Ex and UPS), and research materials (abstracts, books, and other publications). 1.4.3. Deliverables All deliverables must meet normal professional standards and the requirements set forth in the contractual documentation. Products identified below shall be delivered by the contractor to the Quality Assurance Person (QAP). Only the QAP or his/her designated alternate have the authority to inspect and accept deliverables. Final Government acceptance of all deliverable products shall be provided in writing by the QAP within 30 days of product delivery. 1.4.3.1 To complete this task order the contractor must furnish the following deliverables: 1.4.3.1.1 Monthly Status Report. The contractor shall submit monthly status reports. These reports are due during the second week of the month following the month being reported and will commence on the second month following contract award. These reports will document the activities accomplished, problems encountered, and remedy actions taken during the reporting period, activities planned for the next reporting period, and funding status. 1.4.3.1.2 Trip Reports. The contractor shall submit trip reports as requested by the Program Manager and within 10 days after completion of the trip. 1.5. Description All requirements and duties described in this PWS shall be initiated and completed within established schedule/guidelines. 1.5.1. Acceptance Criteria Certification by the Government of satisfactory services provided is contingent upon contractor performance in accordance with the terms and conditions of the referenced contract, this PWS, and all amendments. 1.5.2. Schedule The specific deliverables and schedule for delivery shall be as agreed upon and documented in this task order. 1.6. Delivery Instructions Documentation deliverables will be delivered in one hard copy unless otherwise specified in the production log or client procedures. 1.6.1 Deliverable Acceptance Period The QAP will have five workdays to review draft deliverables and to make comments. The contractor will have five workdays to make corrections. Upon receipt of the final version of each deliverable, the QAP will have five workdays for final review prior to acceptance, or will provide documented reasons for non-acceptance. When the government does not complete the review within the time allocated for the review period, the deliverable will be deemed to be acceptable. The QAP will have the right to reject or require correction of any deficiencies found in a deliverable that are contrary to the information contained in the contractor?s accepted proposal. In the event of rejection of any deliverable, the contractor will be notified in writing by the QAP of the specific reasons why the deliverable is being rejected. The contractor shall have five workdays to correct the rejected deliverable and return it per delivery instructions. 1.7 Expertise The contractor shall provide a project leader as specified in 1.3.2.8 to provide total task management and supervise contractor personnel. The project leader will serve as the primary point of contact for all technical aspects of the required work. No personal services shall be performed under the scope of this contract. 1.8 Unique Services 1.8.1 Contractor Furnished Facilities, Supplies and Services 1.8.1.1 The contractor will not be required to furnish new facilities, supplies, or other unique services for this task. 1.8.1.2 The contractor program manager will meet as necessary with the QAP, to review objectives and progress of this project. 1.8.1.3 The contractor will provide all supervision of contractor personnel and perform all contractor related administrative functions. The QAP will communicate all task-related requests of the contractor through the project leader. II. SERVICES SUMMARY 2.1 The Government will periodically evaluate the Contractor?s performance by appointing a representative(s) to monitor performance to ensure services are received. The Government representative will evaluate the Contractor?s performance through inspection of call logs/reports and receive and investigate all complaints from base personnel. The Government may inspect each task as completed or increase the number of quality assurance inspections if deemed appropriate because of repeated failures or because of repeated customer complaints. Likewise, the Government may decrease the number of quality assurance inspections if performance dictates. The Government Contracting Officer shall make final determination of the validity of customer complaint(s). 2.2 If any of the services do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be correct by reperformance, the Government may- (a) Require the contractor to take necessary action to ensure that future performance conforms to contract requirements; and (b) Reduce the contract price to reflect the reduced value of the services performed. III. GOVERNMENT FURNISHED PROPERTY AND SERVICES The following resources will be provided by the Government: 3.1 Facilities, Supplies, and Services No Government facilities, nor supplies, nor services will be provided. 3.2 Information Sources Government personnel will be available to provide technical input, answer questions, review completed draft deliverables, and provide feedback. Timely communication is essential to meet shortened suspense dates particularly as it relates to documentation and informational meetings. 3.3 Documentation All provided documentation shall remain the sole property of the Government and will be returned upon completion of this task. All electronic data provided shall remain the sole property of the Government upon completion of this task. 3.4 Training The government may periodically require the contractor to participate in government training sessions and classes. In those cases, the government will provide this training at no additional cost to the contractor. IV. General Information 4.1 Points of Contact 4.1.1 Quality Assurance Person (QAP). The Government will evaluate the contractor?s performance. The QAP and designated alternates are representatives of the Contracting Officer (CO) and shall participate in the administration of this contract. 4.1.2 The QAP or alternate shall inform the contractor when discrepancies occur and shall request corrective action. The QAP or alternate shall make a notation of the discrepancy with the date, time and discrepancy that was noted; and request the authorized contractor representative to initial the entry and provide the appropriate correction action. 4.2 Quality Control Plan. In compliance with the clause entitled ?Inspection of Services,? the contractor shall establish and maintain a complete Quality Control Plan to ensure the requirements of this contract are provided as specified. The CO will notify the contractor of acceptance or required modifications to the plan before the contract start date. The contractor shall make appropriate modifications (at no additional cost to the Government) and obtain acceptance of the plan by the CO before the start of the first operational performance period. The Government has the right to require revisions of the Quality Control Plan (QCP) (at no cost to the Government) should the incorporated plan fail to control the quality of the services provided at any time during the contract performance. The plan shall include, but is not limited to the following: a. A description of the inspection system covering all services listed. b. It shall specify the frequency of the inspections. c. The title of the individual(s) who shall perform the inspection and their organizational placement. d. A description of the methods for identifying, correcting, and preventing defects in the quality of service performed before the level becomes unacceptable. e. On-site records of all inspections conducted by the Contractor. The inspection record?s format shall include: 1. Date, time and location of the inspection. 2. A signature block for the person who performed the inspection. 3. Rating of acceptable or unacceptable. 4. Area designated for deficiencies noted and corrective action taken. 5. Total number of inspections. f. The contractor shall develop accountability procedures for key control. 4.3. Contractor Coverage (Hours of Work) 4.3.1 Normal Hours. The contractor shall provide coverage during the following hours, as required by the QAP: Monday through Friday, 8:00 AM to 5:00 PM work week. 4.3.2 The contractor is not required to provide service on the following days: New Year?s Day Labor Day Martin Luther King Day Columbus Day Presidents? Day Veterans? Day Memorial Day Thanksgiving Day Independence Day Christmas Day 4.3.3 The Government furnished resources identified in Section III above may be obtained during these hours. All hours of work are subject to change to meet workload requirements. 4.4 Place of Performance Off-Site. Work will be required to be performed off-site as specified by task requirements. 4.5. Travel The contractor shall be available to travel is support of the described tasks. Travel locations will be dictated by mission requirements. All travel must receive prior approval of the QAP, as per the travel clause in the contract. 4.6. Overtime/Extended Hours Overtime is common with the symposium/meeting portion of this project. For other project support, the contractor must obtain authorization from the QAP, or his/her designee, prior to anyone working overtime. Overtime must also be approved in advance by the QAP. Premium overtime pay is not authorized. For this acquisition the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1. The proposed source is the Universal Technology Corporation. This notice of intent is not a request for competitive quotations; however, the Government will consider all quotations/responses received within three (3) days of the issuance of this notice. A determination by the Government not to compete this proposed contract, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Anticipated Award Date: 7 July 2006 Contact POC for complete PWS All responsible sources may submit a response, which, if received timely, will be considered which should include your CAGE code. ANY CONTRACTOR INTERESTED IN SUBMITTING A QUOTE, CAN DO SO VIA E-MAIL OR FAX
- Record
- SN01079270-W 20060630/060628220656 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |