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