|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 10,1997 PSA#1949Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue
SE, Kirtland AFB, NM 87117-5773 A -- HIGH POWER MICROWAVE TECHNOLOGIES AGREEMENT SOL F29601-98-4-0001
POC Administrative PL/PKWA; Julie McCrater, 505-846-2037 or Steven S.
Young, 505-846-4624 RESEARCH ANNOUNCEMENT FOR HIGH POWER MICROWAVE
TECHNOLOGIES AGREEMENT F29601-98-4-0001. A. OBJECTIVE: The Air Force is
transitioning High Power Microwave (HPM) technologies developed by
Phillips Laboratory to operational users. This effort includes program
management, design, development, fabrication, integration, test, and
field demonstration of a portable ground system, additional mobile
ground systems, optional conceptual designs for airborne systems, and
optional computer modeling and simulation. A U.S. secret facility
clearance is required. The total funding for this effort is estimated
at $11,500,000.00 over six years, including optional design studies and
modeling/simulation. FY98 funding is $1,075,000.00. Proposals are due
30 days after the pre-proposal briefing. Air Force Research Laboratory
(AFRL) intends to award an Other Transactions (OT) for Prototypes
Agreement. The use of this process provides relief from certain
statutes and the Federal Acquisition Regulation and Supplements. A
generic OT agreement is available from http://www.plk.af.mil, select
"Contracting," "PL R&D Acquisitions," then "HPM." To take advantage of
the flexibility of OTs, offerors may propose traditional prime/sub
relationships as well as other business approaches such as the use of
consortia. Cost-sharing will be favorably considered. B. PRE-PROPOSAL
BRIEFING: AFRL will host a pre-proposal briefing approximately 7 days
after publication of this announcement at Kirtland AFB NM. Offerors
interested in attending must submit visit requests, verification of
personnel and facility security clearances, and storage capability at
the secret level; and DD Form 2345, Militarily Critical Technical Data
Agreement (MCTD), to PL/PKWA, Attn.: F29601-98-4-0001, 2251 Maxwell
Ave. SE, Kirtland AFB NM 87117-5773, Fax: 505-853-3398, prior to the
briefing. We will notify offerors by telephone of the date, time, and
location of the briefing. The classified Requirements Documents and
technical background information will be provided to offerors at the
briefing. Attendance is limited to two representatives per company. If
offerors do not attend briefing, the classified information will be
available at PL/PKWA or will mailed to offerors who meet the security
and MCTD requirements above. C. PROPOSAL PREPARATION INSTRUCTIONS: Each
offeror shall submit a written proposal and present an oral proposal.
Proposals must reference agreement number F29601-98-4-0001. Submit a
signed original and five copies of all proposal volumes to AFRL
(PL/PKWA ATTN.: F29601-98-4-0001), 2251 Maxwell Ave. SE, Kirtland AFB
NM 87117-5773. Offerors are encouraged to submit their best initial
written and oral proposal, as there will be no opportunity to revise
proposals prior to the Government selection of a prospective awardee.
1) Administrative Proposal: Written: Offerors shall submit (a) a
description of the participating organizations, (b) an explanation of
the business arrangement among the participating entities (e.g.
prime/sub, consortium), (c) a summary description of recent, relevant
(within 5 years) projects that represent the offeror's company or
consortium's capability, (d) key personnel resumes, (e) articles of
collaboration if a consortium is proposed, (f) list of oral proposal
attendees, including points of contact, (g) recommendations or concerns
associated with the generic OT agreement, and (h) viewgraph
transparencies and five copies. There is no page limit to the
administrative volume. 2) Management/Technical Proposal: (i) Written:
The Management/Technical proposal shall include: (a) a brief summary of
the technical approach, (b) milestones and a discussion of the tasks
necessary to meet the milestone schedule, and (c) recommendations or
concerns regarding reporting requirements addressed in the Requirements
Document. The written Management/Technical proposal shall be limited to
15 pages. Pages in excess of this limit will not be evaluated. (ii)
Oral: The oral proposal shall demonstrate the offeror's understanding
of the work identified in the Requirements Document evaluated against
the criteria of this announcement. The Government will not accept or
evaluate videotapes or other forms of media containing the oral
proposal material. The Government will draw lots to establish proposal
scheduling. Each visiting proposal team shall consist of key
technical, management, and contracting personnel. Key technical and
management personnel shall present the oral proposal. The oral proposal
session shall address technical and management issues and shall not
exceed two hours. The oral proposal session shall be followed by
discussion to address any issues including cost and terms and
conditions of the agreement pertinent to this effort. The Government
will videotape the oral proposal and discussion sessions. A viewgraph
machine will be provided to display overhead slides. The Government
will not evaluate the slides as stand-alone documents. The Government
will not consider or evaluate any slide that was not projected and
addressed during the oral proposal or subsequent discussionsession. 3)
Cost Proposal: Written: The cost proposal shall cover the entire
program. The cost proposal price breakdown shall be prepared in a
schedule format that contains sufficient data to demonstrate realism
and reasonableness. Offerors shall price each of the technical
milestones with their associated labor hours, materials, and other
direct costs. All costs shall be time-phased to milestones. All cost
data shall be supported in narrative form that provides rationale for
labor hours and categories, material quantities and types, and other
direct costs (e.g. travel). Costs associated with deliverable hardware
and reports shall be accompanied by supporting information to justify
cost. If cost-sharing is proposed, the offeror shall identify and
quantify the proposed cost-sharing by milestone and identify the type
of cost-sharing (i.e., cash, in-kind, or IR&D). Cost-sharing should be
proposed as early in the program as possible. The Government favors a
milestone payment arrangement that will incentivizeschedule and
technical performance, and a fee arrangement that will incentivize cost
performance. In addition to the original and five copies of the cost
volume, submit a 3.5" diskette as IBM PC compatible, Microsoft Excel
(Version 5.0 or 7.0) files, to include all cell formulas for the entire
effort. The cost proposal has no page limit. 4) Other Requirements:
This acquisition involves technology that is subject to Export Control
laws and regulations. Only proposals from offerors who are registered
and certified with the Defense Logistics Services Center (DLSC) will
be considered for award. Contact DLSC, 74 North Washington, Battle
Creek, Michigan, 49016-4312 (1-800-352-3572) for further information on
certification and the approval process. Foreign firms are advised that
they will not be allowed to participate as the primary awardee.
Offerors shall comply with International Trade in Arms Restrictions
(ITAR). Secret level personnel security and facility clearances and
classified storage capability will be required. D. BASIS FOR AWARD:
Award will be made to the offeror whose proposal represents the best
written and oral proposal when evaluated against the criteria
identified in this announcement. The prospective awardee and the
Government will enter negotiations for award of the agreement.
Negotiation will be terminated if not completed in a timely manner
and/or an agreement cannot be reached. The Government may then
negotiate with other offerors in order of ranking. The Government
intends to award one agreement from this announcement, but reserves the
right to award no agreement, depending on the quality of proposals
received and subject to availability of funds. E. EVALUATION CRITERIA:
The following areas and factors will be evaluated in descending order
of importance: Area I. Technical/Management. Factor 1 Technical
Approach: The soundness of the offeror's technical approach, including
the offeror's demonstrated understanding of the technical requirements
of the Requirements Document. Factor 2 Qualifications: The experience
and qualifications of the proposed personnel relevant to performing the
technical work and the quantity and quality of the offeror's relevant
experience. The adequacy of offeror's facilities to accomplish the
required work. Factor 3 Management: The degree to which the offeror
demonstrates the ability to effectively and efficiently manage and
administer the program. Area II. Cost. Factor 1 Realism: The extent to
which proposed costs are consistent with the types, quantities,
qualities, and performance/delivery schedules of all products and/or
services being proposed. Factor 2 Reasonableness: The extent to which
the offeror's proposed costs are consistent in nature and amount with
what prudent persons would be willing to recognize for the same or
similar products and/or services under comparable acquisition
circumstances. F. MISCELLANEOUS: Offerors that respond to this
announcement must monitor the web site identified above for potential
changes to the acquisition. Amendments, questions, and answers
concerning the announcement will be posted exclusively on this web
site. An ombudsman has been appointed to hear concerns from offerors or
potential offerors, primarily during the proposal development phase of
this competitive acquisition. The purpose of the ombudsman is not to
diminish the authority of the program manager or contracting officer,
but to communicate contractor concerns, issues, disagreements, and
recommendations to the appropriate government personnel in the
pre-proposal phase of competitive, negotiated acquisitions. Before
contacting the ombudsman, potential offerors should first communicate
with the administrative points-of-contact (POCs) identified below. In
those instances where offerors cannot obtain resolution from the
administrative POCs, they are invited to contact the ombudsman at the
Phillips Laboratory Operating Location of AFRL, Mr. Bruce Grunsten,
Chief, Mission Support Division (PL/PKM), at 505-846-8273 or at 2251
Maxwell Ave. SE, Kirtland AFB NM 87117-5773. 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 process. The technical POC is Dr.
Kirk Hackett at 505-846-5496. The administrative POCs are Julie
McCrater at 505-846-2037 and Mr. Steven S. Young 505-846-4624. (0281) Loren Data Corp. http://www.ld.com (SYN# 0002 19971010\A-0002.SOL)
A - Research and Development Index Page
|
|