|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14,1996 PSA#1721R&D Contracting Directorate, 2530 C Street, Bldg 7, Wright-Patterson
AFB OH 45433-7607 A -- FEATURELESS WAVEFORM COUNTERMEASURES. THIS ANNOUNCEMENT IS IN TWO
PARTS. THIS IS PART 2 OF 2 PARTS. SOL PRDA 97-04-AAK POC Contact Brad
Kneisly, Contract Negotiator, (937) 255-2902 or Vicki Fry, Contracting
Officer, (937) 255-5201. A--Part 2 of 2 Parts: (3) Technical Proposal:
The technical proposal shall include a discussion of the nature and
scope of the research and the technical approach. 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. Additional information on
prior work in this area, descriptions of available equipment, data and
facilities, and resumes of personnel who 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. 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 Limitation: The technical
proposal shall be limited to 75 pages (12 pitch or larger type),
double-spaced, single-sided, 8.5 by 11 inches. The page limitation
includes all information except the additional information described
above under Technical Proposal. Pages in excess of this limitation will
not be considered by the government. Cost Proposals should be submitted
in the sugges ted format, tailored as needed, and should not exceed 15
pages in length. (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. EBASIS 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)
soundness of offeror's technical approach, (d) the availability of
qualified technical personnel and their experience with applicable
technologies, (e) the offeror's past experience with electronic
countermeasures and signal processing techniques and technologies, (f)
organization, clarity, and thoroughness of the proposed SOW. Cost
and/or price which includes consideration of proposed budgets and
funding profiles, is a substantial factor, but 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, grant,
or cooperative agreement any, all, part, or none of the received. Award
of a grant or cooperative agreement, in lieu of a contract, to
universities and nonprofit institutions will be considered and will be
subject to the mutual agreement of the parties. FPOINTS OF CONTACT: An
Ombudsman has been appointed for this acquisition. The only purpose of
the Ombudsman is to receive and communicate serious concerns from
potential offerors when an offeror prefers not to use established
channels to communicate his concern during the proposal development
phase of this acquisition. Potential offerors should use established
channels to request information, pose questions, and voice concerns
before resorting to use of the Ombudsman. Potential offerors with
serious concerns only are invited to contact ASC's Ombudsman, Daniel L.
Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB OH
45433-7642. Phone number is (937) 255-3855. Direct all routine
communication concerning this acquisition to Mr Kneisly, WL/AAKR. (1)
Technical Contact Point: Engineer, James P. Stephens, Wright-Patterson
Air Force Base, OH 45433-7333, (937)255-4933. (2) Contracting/Cost
Point of Contact: Questions related to the contract/cost issues should
be directed Brad Kneisly, WL/AAKR, Wright-Patterson Air Force Base, OH
45433-7607, (937) 255-2902. See Note 26. End of Part 2 (0317) Loren Data Corp. http://www.ld.com (SYN# 0003 19961113\A-0003.SOL)
A - Research and Development Index Page
|
|