|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5,1997 PSA#1986ASC/SMD, Attn: Contracting, 2145 Monahan Way, Bldg. 28, Ste 300,
Wright-Patterson AFB, OH 45433-7017 A -- AIR EXPEDITIONARY FORCE BATTLELAB OPERATIONSAL CONCEPTS SOL BAA
AEFB 97-0001 POC Jeanette Zimmer, Contract Negotiator, (937) 255-6145,
ext. 3599/Leonard G. Seeker, Contracting Officer, (937) 255-6145, ext
3598 The Air Expeditionary Force Battlelab (AEFB) invites concept
papers with preliminary cost estimates on innovative Air Expeditionary
Force (AEF) concepts. This BAA is issued under the provisions of
paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR) which
provide for the competitive selection of technologies demonstration
proposals. Contracts awarded based on responses to this BAA are
considered to be the result of full and open competition and in full
compliance with the provisions of Public Law 98-369, "The Competition
in Contracting Act of 1984." This is an unrestricted solicitation.
Small businesses, Historically Black Colleges and Universities (HBCUs)
and Minority Institutions (MIs) are encouraged to submit concept
papers. Teaming arrangements between universities and private industry
will also be considered and are encouraged. Responses shall be
submitted in accordance with this announcement. Responses should
reference the above BAA number. This announcement is open and effective
until 30 September 1998, 1500 hours, local time. There will be an
initial award phase; however, concept papers in response to this
announcement will be accepted and considered until the 30 September
1998 deadline. To be considered for the initial award phase, responses
must be submitted no later than 11 February 1998, 1500 hours, local
time, addressed to ASC/SMD, Area B, 2145 Monahan Way, Bldg 28, Room
300, Attn: Jeanette Zimmer, Wright-Patterson AFB, OH 45433-7017 or via
e-mail at "zimmerjm@ntnotes2.ascsm.wpafb.af.mil/". There will be no
other solicitation issued in regard to this requirement. Offerors
should be alert for any BAA amendments which may be published. DO NOT
SUBMIT PROPOSALS AT THIS TIME. Proposals will be requested after
concept paper receipt and evaluation. Instructions for proposal
preparation are listed in this announcement and will not be provided
with proposal requests, unless otherwise specified in individual
requests for proposal. Offerors should request a copy of the Program
Research and Development Announcement (PRDA) & Broad Agency
Announcement (BAA) Guide for Industry, dated July 1996. This guide was
specifically designed to assist offerors in understanding the PRDA/BAA
process. The PRDA & BAA Guide for Industry is available through either
of the following methods: (1) Download from the Internet. Go to the
ASC/PK Home Page at http://www.afmc.wpafb.af.mil/, or (2) Written
request to Jeanette Zimmer, telephone (937) 255-6145 ext. 3599, telefax
(937) 656-7274. Please provide written requests to Jeanette Zimmer only
if you are unable to access or download the information from the Home
Page. Additionally, this BAA and all amendments and information related
to this announcement will be posted electronically on the INTERNET at
http://www.mountainhome.af.mil/WingStaff/AEFB/aefb.htm. B --
REQUIREMENTS: (1) Technical description: The mission of the AEFB is to
rapidly identify innovative and superior ways to plan and employ AEF
doctrine and tactics in order to meet current and emerging missions.
This BAA solicits innovative concept papers addressing operational
solutions to Air Force AEF needs within these elements: readiness,
deployment, employment, sustainment, redeployment, and reconstitute.
Submissions should specify the desired impact in terms of how the
concept would reduce support structure, reduce response time, and/or
increase combat capability and effectiveness of an AEF. The proposed
concept papers on operational solutions may include, but are not
limited to: new tactics, techniques, procedures, and technology
applications that may affect Air Force doctrine and strategy. (2)
Deliverable Items: Anticipated deliverable items may include: Proof of
Principle Report, Validated Implementation costing, Financial
Information Costing, and Summary Presentation. Actual deliverables to
be required will be specified in the request for proposal, if issued.
(3) Security Requirements: Please contact Capt. Jim Knight at (208)
828-3518 for any security concerns regarding the concept paper and/or
proposal submissions. (4) Other Special Requirements: International
Traffic in Arms Regulations apply. C -- ADDITIONAL INFORMATION: (1)
Options are discouraged and unpriced options will not be considered for
award. Offerors are requested to provide their Commercial and
Government Entity (CAGE) Number with their submissions. Anticipated
Period of Performance: Maximum duration up to 18 months, from award
through complete evaluation of concept operational demonstration. (2)
Government Estimate: The Government anticipates awards will be less
than $500K. Some initiatives, however, may require more resources. One
or more awards are anticipated. (3) Type of Contract: The Government
envisions a cost reimbursement type contract; however, other contract
types proposed will be considered. Any grants or cooperative agreements
awarded will be cost (no fee). (4) Size Status: For the purpose of this
acquisition, the size standard is 1000 employees (SIC 8731). (5) Notice
to Foreign Owned Firms: Such firms are asked to immediately notify
Capt. Jim Knight at (208) 828-3518. Foreign contractors should be aware
that restrictions may apply which could preclude their participation in
this acquisition. D -- CONCEPT PAPER and 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
concept papers and proposals. Concept Paper and Proposal questions
should be directed to one of the points of contact listed elsewhere
herein. Offerors should consider instructions contained in the PRDA &
BAA Guide for Industry referenced in Section A of this announcement. If
a proposal is requested from an offeror, technical and cost proposals,
submitted in separate volumes, are required to be considered for an
award and must be valid for 180 days from the proposal due date.
Proposals must reference the above BAA number. Requested proposals
shall be considered against the criteria set forth herein. Every effort
will be made to protect the confidentiality of the concept paper and
subsequent proposals and any evaluations. Offerors are advised that
only contracting officers are legally authorized to contractually bind
or otherwise commit the government. Unnecessarily elaborate brochures
or proposals are not desired at this time. Offerors are strongly
encouraged to submit concept papers to Jeanette Zimmer at the
electronic address listed in Section A of this announcement. However,
if you do not have the capability of transmitting the concept paper
electronically, submit three (3) copies of the concept paper on the
proposed concept to Jeanette Zimmer at the address listed in Section A
of this announcement. Preparation Cost: This announcement does not
commit the Government to pay for any response preparation cost. The
cost of preparing concept papers and/or proposals in response to this
BAA 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.
(2) Concept Paper Preparation Instructions: The concept paper shall be
formatted as follows: Section A: Title, Offeror, Date, E-Mail Account,
Phone Number, Organization/Office Symbol, Address; period of
performance, cost of effort; Section B: Need Statement; Section C:
Proposed Solution; Section D: Similar contracts if applicable and
applicable point of contact's current telephone number and address. The
concept papers are limited to three (3) pages (Font size 12 or larger
size), 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 not be considered by the government.. Multiple concept
papers addressing different research areas may be submitted by each
offeror. However, each concept paper must address only one concept. The
purpose of this concept paper is to preclude effort on the part of an
offeror whose proposed work is not of interest to the Government. Those
concept papers found to be consistent with the intent of the BAA and of
interest to the Government may be invited to submit a complete
technical and cost proposal. An invitation based upon a submitted
concept paper does not assure that the offeror will be awarded a
subsequent contract. Request for proposals will be issued, in writing,
by the Contracting Officer. Proposal due date and other
proposal-specific information will be included therein. Written
acknowledgments will also be issued by the Contracting Officer to those
firms submitting concept papers which, after the Government's
evaluation, have been determined to not meet the needs of the Air
Force. (3) Proposal instructions contained herein should be followed if
the Government requests a proposal. (a) Cost Proposal: Cost proposals
shall be submitted in an original and two copies. Adequate price
competition is anticipated. The accompanying cost proposal/price
breakdown shall be supplied on a Standard Form (SF) 1448, together with
supporting schedules and shall contain a person hour breakdown per
task. (b) Technical Proposal: Technical proposals shall be submitted in
an original and five copies. The technical proposal shall include a
discussion of the nature and scope of the research and the technical
approach. The technical proposal shall also include contractor
recommended, commercially available, baseline materials planned to be
used to investigate the developed systems/devices. The contractor shall
develop a plan for testing the recommended materials, including
material properties and ranges that will be evaluated. 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. The
technical proposal shall include a Statement of Work (SOW) detailing
the technical tasks to be accomplished under the proposed effort and
suitable for contract incorporation. Any obligation of government
resources shall be contingent upon obtaining approval from the
government review team through the contracting office. Offerors should
refer to the PRDA & BAA Guide for Industry referenced in Section A to
assist in SOW preparation. PL 98-94 applies. Offerors must submit
approved DD Form 2345, Export-Controlled DOD Technical Data Agreement,
with their proposal. Any questions concerning the technical proposal
or Statement of Work preparation shall be referred to the Technical
Point of Contact cited in this announcement. (c) Page Limitations: The
technical proposal shall be limited to 50 pages (Font size 12 or
larger size), 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 not beconsidered by the government. Cost proposals have
no limitation; however, offerors are requested to keep cost proposals
to 25 pages as a goal. If selected for negotiations, qualifying
offerors will be required to submit a subcontracting plan. Small
businesses are exempt from this requirement. E -- BASIS FOR AWARD:
Proposals, upon request and submittal, will be evaluated as they are
received. Individual proposal evaluations will be based upon
acceptability or non-acceptability without regard to other proposals
submitted under this announcement. Concept papers and proposals
submitted will be evaluated under the following criteria listed in
descending order of importance: (1) Impact of the proposed concept on
Air Force core competencies for employment of Air Expeditionary Forces,
(2) Technical merit of the proposed concept with an emphasis on novel,
creative, and innovative solutions, (3) Realism and reasonableness of
the proposed cost. The technical and cost information will be
evaluated at the same time during the evaluation process. No other
evaluation criteria will be used in selecting the concept papers or in
the evaluation of proposals. The Air Force reserves the right to
select for award of a contract, grant, or cooperative agreement any,
all, part, or none of the proposals received. Award of a grant to
universities or non profit institutions, or award of cooperative
agreement, in lieu of a contract, will be considered and will be
subject to the mutual agreement of the parties. The Government reserves
the right to award any resulting contract pursuant to the Research and
Development Standard Contract Format in DFARS 235.70. F. POINTS OF
CONTACT: (1) Technical Contact Point: Questions on technical issues may
be referred to Capt Jim Knight at (208) 828-3518 or via e-mail at
"james.knight@mountainhome.af.mil/". (2) Contracting/Cost Points of
Contact: Questions on contractual and cost issues should be directed to
Jeanette Zimmer at (937) 255-6145 ext. 3599 or via e-mail at
"zimmerjm@ntnotes2.ascsm.wpafb.af.mil". (3) Ombudsman information: "Mr.
Michael S. Coalson has been appointed as Ombudsman to hear concerns
from offerors, or potential offerors, during the proposal development.
The purpose of the Ombudsman is to communicate contractor concerns,
issues, disagreements, and recommendations to the appropriate
government personnel. Existence of an Ombudsman does not diminish the
authority of the program director or the contracting officer.
Accordingly, the Ombudsman does not participate in the preparation of
solicitations, the evaluation of proposals or the source selection
process and, therefore, for routine matters on individual
solicitations, please contact Jeanette Zimmer at (937) 255-6145 ext.
3599. When requested the Ombudsman will maintain strict confidentiality
as to the source of the concern. Should you desire to contact the
Ombudsman, Mr. Coalson can be reached at (937) 255-5535, extension 232.
(0337) Loren Data Corp. http://www.ld.com (SYN# 0002 19971205\A-0002.SOL)
A - Research and Development Index Page
|
|