Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1998 PSA#2099

R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607

A -- MANUFACTURING TECHNOLOGY FOR AFFORDABLE SPACE SYSTEMS SOL BAA 98-15-MLKT POC Contact John S. Stovall, Contract Negotiator, 937-255-3506 or Timothy L. Jones, Contracting Officer, 937-255-3506 WEB: click here to view the R&D Contracting home page, http://www/wrs.afrl.af.mil/contract/. E-MAIL: click here to contact the contract negotiator, stovaljs@wl.wpafb.af.mil. INTRODUCTION: Air Force Research Laboratory, Materials and Manufacturing Directorate, Manufacturing Technology Division (AFRL/MLM) is interested in receiving proposals (technical and cost) for the program entitled "Manufacturing Technology for Affordable Space Systems" (MASS). For consideration, proposals in response to this BAA shall be received by "31 July 1998", 1500 hours Eastern Time, addressed to Air Force Research Laboratory, Directorate of R&D Contracting, Building 7, Area B, Attn: (John S. Stovall or Timothy L. Jones, AFRL/MLKT) Wright-Patterson AFB OH 45433-7607. This is an unrestricted solicitation. 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 specified herein shall be treated in accordance with restrictions of FAR 52.215-10. A copy of this provision may be obtained from the contracting point of contact. Awards from this BAA may be made up to one year ("15 October 1999") from initial award date. Offerors should be alert for any BAA amendments that may be published. Offerors should obtain a copy of the AFRL Guide entitled, "BAA and PRDA Guide for Industry." This guide was specifically designed to assist offerors in understanding the BAA/PRDA proposal process. Copies may be obtained from the contracting point of contact stated herein or the Air Force Research Laboratory Contracting Web Page (http://www.wrs.afrl.af.mil/contract/). The national defense strategy is moving increasingly from air to space as a theater of operations and surveillance. The challenge now faced by the Air Force and DoD space community is to develop space-based assets and launchers that will meet increasing demands for affordability while at the same time responding to more diverse operational requirements. The Manufacturing Technology for Affordable Space Systems (MASS) Initiative is a co-funded industry-government partnership that will define and execute programs to improve theaffordability of developing, manufacturing and launching space subsystems. The objective of the MASS Initiative is to target process and enterprise affordability improvements within the space manufacturing enterprise that will reduce cost while demonstrating improvements in quality for current or planned Air Force spacecraft and space operating vehicle subsystems. The goals of MASS are: 35 to 50% cost reduction in space systems; 50% improvement in development times; order of magnitude improvement in launch processing time; breakthrough improvements in risk reduction for systems acquisition; and incorporation of commercial policies, practices and items into the DoD space enterprise. MASS Initiative success metrics include reduced acquisition cost, reduced cycle time, as primary and reduced acquisition risk, improved mission capabilities, and improved supplier collaboration as secondary metrics. The MASS initiative has three areas of focus: Area A; Space Electronics Affordability Effort (Spacecraft Electronicsand additional opportunities in RLV Avionics/Vehicle Health Monitoring), Area B; Space Enterprise Affordability Effort (M&ES Modeling & Simulation, Operations and Management Enterprise Costs, Supplier Database Integration) and Area C; Space Structures/Propulsion Affordability Effort (Light Weight High Strength Structures for Space Based Platforms & RLVs and Propulsion Concepts). Offerors may propose a phased approach, with defined entrance/exit criteria. Highly innovative approaches are encouraged. Offerors should propose their approach with an emphasis on early and significant results. Regardless of the proposed approach, solutions should involve teaming arrangements across the space sector value chain. Teams may encompass suppliers/vendors (including 'non-traditional' space sector firms) and producers of components that may or may not require advanced technology enhancement, system or subsystem manufacturers, and the advanced technology development source (if necessary). The Air Force user or development office must be identified and included where the implementation is proposed (any or all of the team members may be involved as funding sources). Air Force target applications should be developed for spacecraft and payload systems and launch vehicles which have potential for success in terms of either spares, low volume production, new system production, or dual use (military/commercial) application. Technology categories to be considered may include, but are not limited to affordability issues on the shop floor such as materials, components/devices, manufacturing processes, advanced testing techniques and system integration/launch operations and all "above-the-shop-floor" manufacturing issues. Offerors must provide a clear migration path leading to implementation for the target application. Offerors will clearly define the nature and scope of the problem being addressed including relevant data, metrics, performance period and estimated budget required. Baseline data will be generated on which to measure program benefits. The Air Force expects the widest dissemination of results to be proposed. Contractor cost sharing is required. Finally, offerors must present an implementation plan which describes how proposed improvements will be transitioned into Air Force systems acquisition and the corporate enterprise. A presentation on the MASS strategy and objectives is available in PowerPoint format from the technical point of contact listed below. A pre-proposal conference will be held at Los Angeles AFB, El Segundo CA, 17 June 1998 at which time offerors may ask technical and contractual questions. Written questions may be submitted to the Contracting Officer, AFRL/MLKT, 7 days prior to the pre-proposal conference to maximize interchange of information. Offerors should provide notification by 11 June 1998 to the technical point of contact (identified in Section F) of their intent to participate in the pre-proposal conference and to obtain additional location information. B -- DELIVERABLE ITEMS: The following deliverable data items shall be proposed: (a) Status Report, DI-MGMT-80368/T, monthly; (b) Funds and Man-hour Expenditure Report, DI-FNCL-80331/T monthly; (c) Project Planning Chart, DI-MGMT-80507A/T quarterly; (d) Contract Funds Status Report (CFSR), DI-MGMT-81468/T, quarterly; (e) Presentation Material, DI- ADMN-81373/T, as required; (f) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly; and (g) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible Final). (3) Security Requirements: It is anticipated that work performed as a result of this BAA will be unclassified. (4) Other Special Requirements: None. C -- ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the proposed technical effort should not exceed 42 months. However, offerors are encouraged to propose efforts with early and significant results if a phased approach is proposed. The contractor shall also provide for an additional 4 months for processing and completion of the final report after completion of the technical efforts. (2) Expected Award Date: 1998 Oct-Nov. (3) Government Estimate: The government anticipates approximately $ 19M for the Air Force share of the MASS initiative, to be allocated over three, four, or more individual awards. The multiple awards may or may not be spread evenly across the previously discussed MASS Initiative Areas. This funding profile and the anticipated number of awards is an estimate only and is not a promise for funding as all funding is subject to change due to Government discretion and availability. (4) Type of contract: Based upon Section 256 of the National Defense Authorization Act for Fiscal Year 1995 (Public Law 103-337), the use of a cost share contract or an assistance instrument which contains cost sharing is required. It is noted that FAR part 31 sets forth the principles for allowable cost share pertaining to contracts while OMB Circular A-110 and the Dept of Defense Grants and Agreements Regulation (DODGAR)provides cost sharing information for assistance instruments. A copy of OMB Circular A-110 may be obtained upon request by calling 202-395-7332. The DoDGAR is published in the Federal Register and can be accessed via the Internet at http://frwebgate1.access.gpo.gov/. (5) Government Furnished Property: None contemplated. (6) Size Status: For the purpose of this acquisition, the size standard is 1000 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Only proposals from US domestic contractors will be evaluated. Foreign participation at the subcontractor level may be acceptable. Public Law 98-94 and ITAR are applicable to this procurement action. D -- PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision at 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. Proposal questions should be directed to one of the points ofcontact listed elsewhere herein. Offerors should consider instructions contained in the AFRL BAA and PRDA Guide for Industry referenced in Section A of this announcement. Technical and cost proposals should be submitted in separate volumes. Cost proposals are required to be valid for 180 days. Technical proposals are requested to be valid for up to 365 days to facilitate opportunities for awards after any initial awards are made. Offerors should state if their proposed program can meet this schedule. Proposals must reference the above BAA number. Proposals shall be submitted in an original and ten copies. In addition to the hard copies, full proposals, both technical and cost, are required to be submitted on 3 -1/2 inch DOS-formatted floppy disks or CD-ROM readable by Microsoft Word Version 7.0. All responsible sources may submit a proposal, which shall be considered against the criteria set forth herein. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the government. (2) Cost Proposal: Adequate price competition is anticipated, therefore certified cost and pricing data is not required. The accompanying cost proposal/price breakdown shall be furnished with supporting schedules and shall contain a person-hour breakdown per task. It shall also contain details as to the development of material, travel and subcontractor costs. An analysis of each major subcontractor shall be performed by the offeror and included in the cost proposal. Also discuss the adequacy of the proposed labor hours, labor mix, materials and travel to accomplish the proposed effort. Details of the cost sharing to be undertaken and the rationale for the cost share percentage should be included in the cost proposal. (3) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach, including subcontracting if applicable. This review of subcontractors' proposals shall discuss the adequacy of their technicalapproach in meeting their assigned tasks. Additional information such as synopses of 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) a Statement of Work (SOW) detailing the technical tasks proposed to be accomplished under the proposed effort, suitable for contract incorporation. Offerors should refer to the AFRL Guide referenced in Section A to assist in SOW preparation. Any questions concerning the technical proposal or SOW preparation shall be referred to the Technical Point of Contact cited in this announcement, (b) a statement of intention, if any, to use foreign nationals; (c) a breakout of person hours for each major task in the SOW; and (d) the names and qualifications of subcontractors, and the level of effort to be subcontracted. Offerors are notified that theSOW, or any part thereof, may be incorporated by reference in any resulting award. The paragraph numbering used in the technical proposal for the technical approach discussion, the SOW tasks, and the cost proposal shall correlate. (4) Page Limitations: The technical proposal shall be limited to 50 pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches. Margins shall not be less than 1.25". If electronic means are used to submit the proposal, it shall be readable by Microsoft Office products. The double spacing requirement shall be satisfied by Microsoft's Word's double spacing method and the 12 pitch or larger requirement shall be satisfied by setting the Microsoft Word For Windows type size (point) at 10 or smaller. The page limitation includes all information, i.e. indexes, photographs, fold-outs, appendices, etc. The government will not consider pages in excess of this limitation. Cost proposals have no limitations, however, offerors are requested to keep cost proposals to 15 pagesas a goal. (5) Preparation Cost: This announcement is an expression of interest only and does not commit the Government to pay for any response preparation cost. The cost of preparing 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. If selected for negotiation, qualifying Offerors will be required to submit small business subcontracting plans. E -- BASIS FOR AWARD: The selection of one or more sources for award will be based on an integrated evaluation of an offeror's response (both technical and cost aspects) 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 which are of equal importance: (1) Soundness of approach: (a) Innovative nature of proposal, potential for affordability breakthroughs, and reliability enhancement of the space system or subsystem identified; (b) Clarity of implementation plan and approach for migration of program results; (c) Wide spread (e.g., multiple Air Force Program or dual use) application of technology developed.; (d) Identification of baseline metrics by which to measure program success; (e) Appropriateness and breadth of teaming arrangement (suppliers/vendors, system manufacturers, advanced technology sources, or government users); (2) Understanding of the problem: (a) Assessment of technology transition barriers, affordability opportunities, process and reliability improvement drivers, etc. for technology insertion; (b) Rationale for selection of concepts presented in proposal; (c) Understanding of the space manufacturing enterprise. (3) Qualifications of offeror and proposed team: (a) Capabilities and availability of personnel necessary to conduct the proposed research program and achieve program objectives; (b) Capabilities and availability of facilities necessary to conduct the proposed research program. Cost and/or price, which includes consideration of proposed budgets, funding profile, and quality of cost share, is a substantial factor, but is ranked as the second order of priority. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time. Offerors may propose any business arrangement, including a FAR contract, assistance instrument (grant, cooperative agreement or other transaction (OT) for research) or a non-FAR acquisition contract (e.g., other transaction for prototype). The Air Force reserves the right to select for award any, all, part, or none of the proposals received. Award of a grant, in lieu of a contract, to universities and nonprofit institutions will be considered and will be subject to the mutual agreement of the parties. F-POINTS OF CONTACT: (1) Technical Point of Contact: Engineer, Arthur Temmesfeld, AFRL/MLMA, Wright-Patterson Air Force Base, OH 45433-7405. (937) 255-3701, x241 (email temmesaf@wlmta.wpafb.af.mil). Contracting/Cost Point of Contact: Questions related to the contract/cost issues should be directed to the Air Force Research Laboratory, Research and Development Contracting, John S. Stovall, AFRL/MLKT, Wright-Patterson Air Force Base, OH 45433-7607, (937) 255-7143/3506, (email stovaljs@wl.wpafb.af.mil). (2) 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 government personnel. All potential offerors should use established channels to voice concerns before resorting to use of 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 selection decision. Interested parties should direct all routine communication concerning this acquisition to John S. Stovall, Contract Negotiator, AFRL/MLKT, Building 7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607, Telephone 937-255-3506. 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, Lt. Col. James Bixler, DET 1 AFRL/PK, Bldg 7, 2530 C Street, Wright Patterson AFB, OH 45433-7607, email bixlerjp@wl.wpafb.af.mil; telephone 937-255-4813. See Note 26. ***** (0138)

Loren Data Corp. http://www.ld.com (SYN# 0007 19980520\A-0007.SOL)


A - Research and Development Index Page