|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 25,1996 PSA#1558R&D Contracting Directorate, 2530 C St, Wright-Patterson AFB, 45433-
7607 A -- INCREMENTAL UPGRADE OF LEGACY SYSTEMS (IULS) - PART 2 OF 2 SOL
PRDA NO 96-13-11K POC Contact Danette Porter, Contract Negotiator,
513-255-2206 or Cynthia Hollingsworth, Contracting Officer,
513-255-2206. D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General
Instructions: Offerors should apply the restrictive notice described in
the provision of FAR 52.215-12, Restriction on Disclosure and Use of
Data, to trade secrets or privileged commercial and financial
information contained in their proposals. Proposal questions should be
directed to one of the points of contact listed elsewhere herein.
Offerors should consider instructions contained in the WL PRDA and BAA
Guide for Industry referenced Section A of this announcement.
Technical and cost proposals, submitted in separate volumes, are
required and must be valid for 180 days. Proposals must reference the
above PRDA number. Proposals shall be submitted in an original and five
copies. All responsible sources may submit a proposal which shall be
considered against the criteria set forth herein. Offerors are advised
that only contracting officers are legally authorized to contractually
and or otherwise commit the government. (2) Cost Proposal: The
accompanying cost proposal/price breakdown shall be supplied on an SF
1411, together with supporting schedules, and shall contain a
person-hour breakdown per task. In addition, the cost proposal/price
breakdown shall include a cost summary of all direct and indirect costs
by each severable technical task proposed to be accomplished. Copies of
the above-referenced forms may be obtained from the contracting office
cited. (3) Technical Proposal: The technical proposal shall include
the discussion of the nature and scope of the research and the
technical approach. Responders must provide new or unique concepts,
ideas, or approaches in order to qualify for evaluation and
consideration for award. The technical proposal shall include a
Statement of Work (SOW) detailing the technical tasks proposed to be
accomplished under the proposed effort and suitable for contract
incorporation. Offerors shall propose and clearly delineate VHDL model
development plan and show prior experience in Virtual Prototyping with
VHDL and top down development and implementation experience. Additional
information on prior work in this area, descriptions of available
equipment, data and facilities, and resumes of personnel that will be
participating in this effort should also be included as attachments to
the technical proposal and are not included in the page limit.
Offerors should refer to the WL Guide referenced in Section A to assist
in SOW preparation. Public Law (PL) 98-94, International Traffic in
Arms Regulation (ITAR) applies. Offerors must submit approved DD Form
2345, Export-Controlled DOD Technical Data Agreement with their
proposal. Any questions concerning the technical proposal or SOW
preparation shall be referred to the Technical Point of Contact cited
in this announcement. (4) Page Limitations: The technical proposal
shall be limited to 50 pages (at least size 12 font), double-spaced,
single-sided, 8.5 by 11 inches. The page limitation includes all
information, i.e. indexes, photographs, foldouts, appendices,
attachments, etc. Pages in excess of this limitation will not be
considered by the government. Offerors are requested and highly
encouraged to submit an electronic copy of the technical and cost
proposals as Microsoft Word For Windows V6.0 documents. Cost proposals
have no limitations, however, offerors are requested to keep cost
proposals to no more than 75 pages as a goal. (5) Preparation Cost:
This announcement does not commit the government to pay for any
response preparation cost. The cost of preparing proposals in response
to this PRDA is not considered an allowable direct charge to any
resulting or any other contract. However, it may be an allowable
expense to the normal bid and proposal indirect cost as specified in
FAR 31.205-18. E--BASIS FOR AWARD: The selection of one or more sources
for award will be based on an evaluation of an offeror's response (both
technical and cost aspects) to determine the overall merit of the
proposal in response to the announcement. The technical aspect, which
is ranked as the first order of priority, shall be evaluated based on
the following criteria which are of equal importance: (a) new and
creative solutions, (b) the offeror's understanding of the scope of the
technical effort, (c) the soundness of the offeror's technical
approach, (d) the competence and availability of technical personnel
and their experience with avionics related hardware and software
technologies, (e) the offeror's experience with the development and
transition of avionics systems (hardware and software) and related
technology, (f) the offeror's potential and capability for the
transition of the proposed avionics technology developed under this
effort to weapon system developers and users, and (g) the degree of
both technical and schedule risk associated with the offeror's
proposal. Cost, which includes consideration of proposed budgets,
funding profiles and risk, is ranked as the second order of priority.
No other evaluation criteria will be used. The technical and cost
information will be evaluated at the same time. The Air Force reserves
the right to select for award of a contract any, all, part, or none of
the proposals received. Award of a grant to universities or nonprofit
institutions or cooperative agreement, in lieu of a contract, will be
considered and will be subject to the mutual agreement of the parties.
F--POINTS OF CONTACT: (1) Technical Contact Point: Project Engineer,
Marc Pitarys, Wright-Patterson AFB, OH, (513) 255-6548, Email:
pitarymj@aa.wpafb.af.mil. (2) Contracting/Cost Point of Contact:
Questions related to the contract/cost issues should be directed to the
Contract Negotiator identified in Part A. (0081) Loren Data Corp. http://www.ld.com (SYN# 0003 19960322\A-0003.SOL)
A - Research and Development Index Page
|
|