Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1996 PSA#1746

R&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