Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5,1997 PSA#1986

ASC/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