MODIFICATION
A -- Amendment 1 modifies Broad Agency Announcement (BAA) W911W6-12-R-0012
- Notice Date
- 2/21/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-12-R-0012
- Response Due
- 3/19/2012
- Archive Date
- 5/18/2012
- Point of Contact
- Ryan Palmer, 757-878-0103
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(ryan.palmer4.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Amendment is to clarify the period of performance and to publish all questions and responses received and provided to date. (1) The baseline Period of Performance for Topic 01 is not to exceed 36 months. As anticipated Government funding is for FY12-14, offeror funded tasks and/or options that exceed the baseline 36 month period of performance may be proposed. (2) Q & A Question 1: Understanding that a lot of effort has already been expended in this area, we would like to know if it is possible to have access to prior work or data that is owned by the Government? Response 1: The Government has funded several active rotors efforts over the last 15 years+ and it is impractical to provide all the data directly to you. It is our recommendation that you perform a Defense Technical Information Center (DTIC) search to obtain the necessary background information and reports. Question 2: What date should we assume program start for schedule and pricing purposes? Response 2: It is the Government's intent to make an award by 30 June 2012 Question 3: Does the USG require or desire full scale rotor testing? There appears to be conflicting statements: Paragraph1 states "Full scale rotor system level". Paragraph 5 states "Appropriately scaled rotor" What constitutes a full scale rotor? Response 3: The Government is interested in a relevant scale rotor system demonstration. It may be a full scale rotor or appropriately sized such that it limits scaling risks. Question 4: Does the USG reserve the right to select part of a proposal? Response 4: Yes Question 5: Are options allowed and/or encouraged? Response 5: Yes Question 6: If USG Wind Tunnel and Test hardware are proposed will cost/fees be GFE and if so will it be deducted from the awarded contract value? Who will be responsible for directing test activity and monitoring cost, schedule budget? Will USG utilize its own instrumentation resources for Acoustics (NASA), Performance, etc? Response 6: Any GFE costs will be paid for with the anticipated budget listed in the synopsis. Test direction, monitoring and instrumentation resources will be handled on a case by case basis. Question 7: If the offeror proposes to use a Government facility such as the NFAC, how should facility costs be incorporated in the proposal? Should the offeror request a quote from the facility manager and include it in the cost proposal, or should the offeror request an estimate from the facility manager, disclose the facility estimate in the proposal, but not include it in the cost proposal, or is a different way preferred? Response 7: The cost proposal should substantiate the estimated cost of the proposed tasks. Substantiation may include direct quotes, estimates, previous similar efforts, etc. Question 8: For evaluation of proposals, is there a priority or weighting for each of the four performance each of the 4 benefits identified? (Vibration, Acoustics, Figure of Merit, and rotor L/De) Response 8: No priority or weighting has been identified. Question 9: Will favorable consideration be given in proposal evaluation if hardware is designed and can be installed directly on a flight aircraft? If so how much? Response 9: Ability to use any program assets on a future effort is covered in evaluation criteria 3 (Ability to Transition Technology). Evaluation criteria 3 is less important than 1 (Relevance of the Proposed Technologies) and 2 (The Merit of the Proposed Technical Approach) but more important than 4 (The reasonableness of the proposed cost to the Government of the proposed tasks). Question 10: What are the End of Test Data reporting requirements and format (E-copy, hard copy etc?) Response 10: End of Test date reporting requirements are not set. The Government is open to offeror proposals on data delivery. Data delivery will be part of the negotiations for an award. Question 11: The BAA states that the technical volume shall contain "a draft program management plan." 1) What is AATD expecting? 2) Draft PMP can run approximately 20 pages or more. 3) Will the PM plan pages count against the Technical Volume 1 page count which is 50 pages maximum? Response 11: The Government is expecting a draft program management plan. The draft program management plan will not count against the Technical Volume 1 page count limit. Question 12: Will a proposal with a substantiated period of performance exceeding 36 months, but meeting full scale integrated rotor testing goals as stated in the BAA, be considered "non-responsive" to the subject BAA and therefore not be eligible for an award? Response 12: Proposals with POP exceeding 36 months will not be considered "non-responsive" or ineligible for award. The synopsis states "The Period of Performance for Topic 01 is not to exceed 36 months". Proposed options that span beyond the baseline 36 month POP will be considered. It should be noted that significant increases in period of performance may make the proposed effort of less value to the Government. The proposed program timeline is a factor in Evaluation Criteria 3 (Ability to transition technology).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/649ef60395f8a90bbeb7f710f50f05cd)
- Place of Performance
- Address: ACC-RSA-AATD - (SPS) ATTN: CCAM-RDT, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02679410-W 20120223/120221234621-649ef60395f8a90bbeb7f710f50f05cd (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 |