|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1996 PSA#1746R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- FILTERS AND MULTIPLEXERS FOR MULTIFUNCTION RV SENSORS SOL
BAA-97-02-AAK DUE 022597 POC Contact Edward J. Caulfield, Contract
Negotiator, (937) 255-3379 or Nancy F.I. Stormer, Contracting Officer,
(937) 255-5311 A -- INTRODUCTION: Wright Laboratory (WL) is interested
in receiving proposals (technical and cost) on the exploratory
development effort described in Section B. Proposals in response to
this Broad Agency Announcement (BAA) shall be submitted by Feb 25,
1997, 1500 hours Eastern Daylight Time, addressed to (Attn: Edward J.
Caulfield), WL/AAKE, Building 7, 2530 C Street, Wright-Patterson AFB,
OH 45433-7607. Proposals shall not be submitted via facsimile
transmission. This is an unrestricted solicitation, except as specified
by the International Trade in Arms Regulation (ITAR) requirements.
Small businesses are encouraged to propose on all or any part of this
solicitation. Proposals submitted shall be in accordance with this
announcement. Proposal receipt after the cutoff date and time specified
herein shall be treated in accordance with restrictions of FAR
52.215-10; copy of this provision may be obtained from the contracting
point of contact cited in Section F. There will be no
othersolicitation issued in regard to this requirement. Offerors should
be alert for any amendments to this solicitation that may be published.
This BAA may be amended to allow subsequent submission of proposal
dates. Offerors should request a copy of the WL Guide entitled, "PRDA
and BAA Guide for Industry". This guide was specifically designed to
assist offerors in understanding the PRDA/BAA proposal process. Copies
may be requested from the contracting point of contact or obtained via
the world wide web site: www.wl.wpafb.af.mil/contract. B REQUIREMENTS:
(1) Technical Description: Advanced phased array multifunction systems
need some form of filtering or multiplexing for the T/R module in order
to achieve a high degree of noise immunity and anti-jam characteristics
for operations in modern hostile environments. The capability is needed
for Multifunction Radar, Electronic Protection, and Communications RF.
Recent programs at Wright Laboratory have resulted in the availability
of small, light weight, low loss, passive filter and filter/multiplexer
structures. Research is needed to efficiently and cost effectively
incorporate these circuits into either "brick" or "tile" T/R module
configurations. Insertion loss on the order of 1 dB, return loss better
than 15 dB, and adjacent channel rejection of 80 dB at 25% from center
of adjacent channels have been achieved in a laboratory environment.
It is now time to achieve these performance levels in an actual T/R
module configuration, and in operational conditions. This effort will
involve a mechanical design of the package and interconnects, and will
include analysis and verification of shock and vibration, and thermal
cycling. (2) Deliverable Items: (a) The following deliverable data
items shall be proposed: (i) Status Report, DI-MGMT-80368A/T, monthly;
(ii) Funds and Man-hour Expenditure Report, DI-FNCL-80331/T, monthly;
(iii) Project Planning Chart, DI-MGMT-80507A/T, monthly; (iv) Contract
Funds Status Report (CFSR), DI-MGMT-81468, quarterly; (v) Presentation
Material, DI-ADMN-81373/T, as required; (vi) Scientific and Technical
Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly; and
(vii) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and
Reproducible Final). (b) The following additional deliverable items
shall be proposed: Working prototype of packaged filter system. This
must be sized to X-Band radiator spacing and include essential T/R
components sufficient for system evaluation. (3) Security Requirements:
None. (4) Other Special Requirements: International Trade in Arms
Restrictions apply. Public Law 98-94 applies to this acquisition.
Offerors must submit approved DD Form 2345, Export-Controlled DOD
Technical Data Agreement with their proposal. C -- ADDITIONAL
INFORMATION: (1) Anticipated Period of Performance: The total length of
the technical effort is estimated to be 36 months. The contractor shall
also provide for an additional 4 months for processing/completion of
the final report. (2) Expected Award Date: July 1997. (3) Air Force
Estimate: The Air Force anticipates a total funding (in $1000) as
follows: FY97, 5; FY98, 400; FY99, 300; FY00, 420. This funding level
is an estimate only and is not a promise for funding as all funding is
subject to change due to Air Force discretion and availability. (4)
Type of Instrument: Contract -- Cost Plus Fixed Fee (CPFF) or Cost (no
fee); or Assistance Instruments -- grant or cooperative agreement. (5)
Government Furnished Property: None contemplated. (6) Size Status: For
the purpose of this acquisition, the size standard is 500 employees
(SIC 8731). (7) Notice to Foreign-Owned Firms: Such firms are asked to
immediately notify the contracting point of contact upon deciding to
respond to this announcement. Foreign contractors should be aware that
restrictions apply which preclude their participation in this
acquisition. D -- PROPOSAL PREPARATION INSTRUCTIONS: (1) General
Instructions: Offerors should apply the restrictive notice prescribed
in the provision at 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 below. Offerors should
refer to the instructions contained in the WL "PRDA and BAA Guide for
Industry" referenced in Section A of this announcement. Separate
technical and cost proposal volumes are required and must be valid for
180 days. Proposals must reference the above BAA number. Proposals
shall be submitted in an original and three (3) copies. All responsible
sources may submit a proposal which shall be evaluated against the
criteria set forth below in the Section E -- Basis of Award. Offerors
are advised that only contracting officers are legally authorized to
contractually bind or otherwise commit the Air Force. (2) Technical
Proposal: The technical proposal shall include a discussion of the
nature and scope of the research and the technical approach. 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 included in the page limit discussed
below. The technical proposal shall include a Statement of Work (SOW)
detailing the technical tasks/phases proposed to be accomplished under
the proposed effort and be suitable for instrument incorporation.
Offerors should refer to the WL Guide to assist in SOW preparation. Any
questions concerning the technical proposal or SOW preparation should
be referred to the technical point of contact. (3) Cost Proposal:
Adequate price competition is anticipated. The accompanying cost
proposal/price breakdown shall be furnished with supporting schedules
and shall contain a person-hour breakdown per task. (4) Page
Limitations: 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, i.e., indexes,
photographs, fold-outs, appendices, attachments, etc.. Pages in excess
of this limitation will be removed from the proposal and will not be
evaluated by the Air Force. Cost proposals have no page limitation,
however, offerors are requested to limit cost proposals to 75 pages as
a goal. (5) Preparation Cost: This announcement does not commit the
Air Force to pay for any proposal preparation cost. The cost of
preparing proposals in response to this BAA is not an allowable direct
charge to any resulting award, or any other procurement instrument.
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 proposal (both technical and cost) 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 of
equal importance: (1) Understanding of the problem; (2) Soundness of
technical approach; (3) Technical innovativeness; (4) Offeror's
capabilities, plan of execution, experience, and facilities. 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 proposals will be evaluated at the same time. The
Air Force reserves the right to select for award any, all, part, or
none of the proposal(s) received. F -- POINTS OF CONTACT: (1) An
Ombudsman has been appointed to hear concerns from offerors and
potential offerors during the proposal development phase of this
acquisition. The purpose of the Ombudsman is not to diminish the
authority of the contracting officer, but to communicate contractor
concerns, issues, disagreements and recommendations to the appropriate
Air Force personnel. All potential offerors should use established
channels to voice concerns before resorting to use the Ombudsman. When
requested, the Ombudsman will maintain strict confidentiality as to
the source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the source selection. The Ombudsman
should only be contacted with issues or problems that have been
previously brought to the attention of the contracting officer and
could not be satisfactorily resolved at that level. These serious
concerns only may be directed to the Ombudsman, Mr. Daniel L. Kugel,
ASC/SY, Bldg. 52, 2475 K St., Suite 1, Wright-Patterson Air Force Base,
OH 45433-7642, E-Mail: kugeldl@sy.wpafb.af.mil, phone (937) 255-3855.
(2) Technical Point of Contact: Dr. Thomas J. Jones, WL/AADI, 2241
Avionics Circle, Wright-Patterson Air Force Base, OH 45433-7322, (937)
255-4557 EXT 3448. (3) Contracting/Cost Point of Contact: Mr. Edward
J. Caulfield, WL/AAKE, Bldg 7, 2530 C Street, Wright-Patterson Air
Force Base, OH 45433-7607, (937) 255-2976. ?? (0353) Loren Data Corp. http://www.ld.com (SYN# 0005 19961220\A-0005.SOL)
A - Research and Development Index Page
|
|