|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 20,1998 PSA#2036R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- JOINT TECHNOLOGY DEMONSTRATOR ENGINE (JTDE) PART 2 OF 2 SOL PRDA
98-01-PRK DUE 040698 POC Pete Lahanas, AFRL/PRKB, Contract Negotiator,
(937) 255-4818, Mark R. Dale, Project Engineer, (937) 255-2767
D-PROPOSAL PREPARATION INSTRUCTIONS: Part 2 of 2. General Instructions:
Offerors should apply the restriction notice prescribed in FAR
52.215-1(e), Restriction on Disclosure and Use of Data, to trade
secrets or privileged commercial and financial information contained in
their proposals. Classified information is expected and should be
included where appropriate. The proposal shall be submitted in three
volumes consisting of: (1) The Technical and Management Volume which
shall consist of the basic IHPTET Phase III effort and all associated
options. This Volume will consist of Oral Presentation overhead
hardcopies, written Executive Summary, and the Turbojet/Turbofan Engine
Design -- Desired Information Package. The Technical and Management
presentation will be submitted and presented to the government in a
format similar to a Technical Review. Additional presentation guidance
is outlined in the Proposal Preparation Guidelines addendum in the
Supplemental Package. The contractor will be allotted up to eight hours
to present the proposal to the government at WPAFB. All potential
offerors must convey their intentions to submit a proposal and provide
a tentative agenda to Mark R. Dale, AFRL/PRTP, (937) 255-2767 no later
than 27 February 1998 by 1500 hours Eastern time. A 10-page Executive
Summary shall also be submitted with this volume. The Turbojet/Turbofan
Engine Cycle Data listing can be found in the Supplemental Package. (2)
Cost Volume shall have a page limit of 200 pages. (3) Contracting
Volume shall be typed single-spaced and shall not exceed 20 pages.
Proposal pages beyond the above specified limits will not be considered
during evaluation/ ranking. Further requirements can be found in the
Proposal Preparation Guidelines. You are encouraged to submit all
graphics by electronic means on CD ROM. Please note however, that no
classified data shall be submitted on CD ROM. The Technical and
Management Volume shall include a discussion of the nature and scope of
the research addressing the basic program plus all optional tasks,
potential technology transition to major fighter weapon systems such as
the Joint Strike Fighter, the F-22 Air Superiority Fighter and the
F/A-18 E/F, and a discussion of how IHPTET Phase III links to Advanced
Concepts. The IHPTET goals discussion should address design modeling
and all required bookkeeping for performance and cost. For Phase III
and proposed Advanced Concepts engine designs, the cycle definitions,
configuration drawings, and system level benefits must be presented. As
a minimum, the associated benefits must be justified at both the major
subassembly and component level, engine level, and weapon system
level. Advanced engine technologies are to be prioritized and
quantified (include methodology). An advanced development plan on how
to achieve the goals shall be submitted. The Phase III and Advanced
Concepts engine relationship to future product line must be shown.
Component production and maintenance cost reduction benefits must be
quantified, with sufficient detail, tocompare proposed technology to
technology currently incorporated in the IHPTET baseline. The
management portion shall include a summary of the technical proposal,
including all options, plans, procedures and methods for managing the
entire program, government owned facilities required, proposed
subcontracting, a summary description of system and procedures to
control cost and measure performance. The Air Force and Navy anticipate
Adequate Price Competition (APC) on this PRDA. Therefore, offerors are
not required to submit certified cost or pricing data. However, if
after receipt of proposals it is determined that APC does not exist,
certified cost or pricing data (see FAR 15.406-2) will be required. As
a part of their Cost Volume, the offeror must submit cost or pricing
information together with supporting breakdowns. The Cost Volume will
be evaluated for Reasonableness, Realism and Completeness. It is
requested that formal cost proposal information shall be broken down
into Work Breakdown Structure (WBS) level 2 (major component level), in
order to reduce proposal preparation costs. Informal cost breakdowns to
WBS level 3 are encouraged to be submitted as supporting breakdowns.
Price breakdown shall include a personhour and price breakdown per task
per quarter, together with supporting schedules. The Contracting Volume
shall include a proposed Statement of Work, any unique terms and
conditions, a statement of expiration date of offeror's proposal, and
other data/ material not required in other volumes. E-BASIS FOR AWARD:
Selection/award will be based on an integrated assessment of the
results of the evaluation/ranking of the offerors' proposals
considering Technical, Management, and Cost areas. The areas of
evaluation in descending order of importance are Technical, Management,
and Cost. Offerors will be ranked based upon these evaluation areas.
Multiple awards are anticipated subject to successful negotiations of
a contract and availability of Government funding. The ranking
criteria, in descending order of importance, are: (1) Technical -- the
contractors technical approach will be evaluated for its: (a)
Relevancy of the proposed effort to meet the JTDE Phase III
thrust-to-weight (Fn/Wt), maintenance and production cost goals; plans
for potential technology transition to major fighter weapon systems
such as the Joint Strike Fighter, the F-22 Air Superiority Fighter and
the F/A-18 E/F; and link between the Phase III plan and Advanced
Concepts, (b) Soundness of approach as demonstrated by risk reduction
approaches such as teaming arrangements with other contractors,
component test plans and structural, aerodynamic, and cost modeling
analysis tools, (c) The offeror's understanding of the scope of the
work and the IHPTET program, (d) Special technical factors including
the contractor's use of unique and innovative design concepts,
utilization of advanced design and analysis tools, utilization of
unique materials (i.e. casting alloys, metal matrix composites, ceramic
matrix composites, monolithic ceramics, and intermetallics) or
manufacturing processes, and other factors to reduce risk and improve
affordability, (e) Compliance with the JTDE program requirement to have
an existing approved or modified Government coordinated plan (ATPP) for
integration of advanced component technologies into a turbine engine in
the turbojet/turbofan class. (2) Management -- (a) Management
organization and appropriateness of personnel assigned to the JTDE
program including the management of proposed contractor teaming
arrangements, (b) Reporting and procedures for managing the program,
and (c) Financial Management and Cost Control. 3) Cost -- Cost and/or
price will be a substantial factor for award and will be evaluated for
reasonableness, realism, and completeness. No further evaluation
criteria will be used in proposal selection. Technical, Management, and
Cost evaluations shall be accomplished concurrently. Optional tasks
will be evaluated in conjunction with the basic program. The total
price of those optional tasks for inclusion into the contract will be
considered with the basic program to determine the total value of the
program. The selection of optional tasks will be based on the overall
evaluation by the Government. Proposals should reference the above PRDA
number. The Government reserves the right to select for award all,
part, or none of the proposals received. The Technical and Management
Volume shall include a Statement of Work (SOW) detailing the technical
tasks proposed to be accomplished under the proposed effort and
suitable for contract incorporation. Offerors should refer to the WL
Guide referenced in section A to assist in SOW preparation. This
announcement is an expression of interest only and does not commit the
Government to pay for any response preparation costs. The cost of
preparing proposals in response to this PRDA is not considered an
allowable direct charge to any resulting contract or to any other
contract. It is, however, an allowable expense to the normal bid and
proposal indirect cost as specified in FAR 31.203-18. Specific
technical requirements and other instructions follow. F-PRDA CONTACT
POINTS: Questions on technical issues may be referred to Air Force
Research Laboratory, Propulsion Directorate, Mark R. Dale, AFRL/PRTP,
1950 Fifth Street, Wright-Patterson AFB, OH 45433-7251, (937) 255-2767,
dalemark@wl.wpafb.af.mil, or to Propulsion and Power Engineering (AIR
4.4.3.1), Dan Popgoshev, Bldg 106, Naval Air Warfare Center Aircraft
Division, 22195 Elmer Road Unit 4, Patuxent River MD, 20670-1534, (301)
757-0453, popgoshev_dan%pax4a@mr.nawcad.navy.mil. Questions on
contractual or cost issues should be directed to Air Force Research
Laboratory, R&D Contracting Office, Mr. Pete Lahanas (or Mr. Anthony
Everidge), AFRL/PRKB, 2530 C Street, Wright-Patterson AFB, OH
45433-7607, (937) 255-4818 or to Contracts, Code 2.5.4.3 Bldg. 588
Suite 2, Naval Air Warfare Center Aircraft Division, 47253 Whalen Road
Unit 588, Patuxent River, MD 20670-1463, Ms. Beverly Abell, (301)
342-1828x115. Note: Offerors may, at any time, contact the individuals
listed for clarification of technical/contractual issues and cost
response format. Note: Offerors are advised that only contracting
officers are legally authorized to commit the Government. An Ombudsman
has been established for this acquisition. The only purpose of the
Ombudsman is to receive and communicate serious concerns from potential
offerors when an offeror prefers not to use established channels to
communicate his concern during the proposal development phase of this
acquisition. Potential offerors should use established channels to
request information, pose questions, and voice concerns before
resorting to use of the Ombudsman, Stephen J. Plaisted, at 937-255-9095
or DSN 785-9095 with serious concerns only. See Note 26. (0049) Loren Data Corp. http://www.ld.com (SYN# 0002 19980220\A-0002.SOL)
A - Research and Development Index Page
|
|