Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1998 PSA#2110

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

A -- ADVANCED TACTICAL TARGETING TECHNOLOGY (AT3) -- PART 2 OF 2 SOL PRDA NO. 98-01-SNK DUE 072198 POC Contact Dawn M Ross, Contract Negotiator, (937) 255-5252 or Phillip W Marcum, Contracting Officer, (937) 255-5252 WEB: Click here to view the R&D Contracting Home Page, http://www.wrs.afrl.mil/contract/. F -- PROPOSAL PREPARATION INSTRUCTIONS: (1) GENERAL INSTRUCTIONS: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-1(e), restrictions on disclosure and use of data. The government may utilize the services of contractors (SAIC) as technical advisors only during evaluation of the submitted proposals. These contractors are subject to contractual disclosure restrictions. Proposal questions should be directed to one of the points of contact listed elsewhere herein. Technical and cost proposals submitted in separate volumes, are required and must be valid for 180 days. Proposals must reference the above PRDA number. Proposals shall be submitted in an original and five copies. One additional copy of both the technical and cost proposal shall be submitted directly to DARPA/STO, Attn: Lt/Col Beth Kaspar, 3701 N. Fairfax Drive, Arlington VA 22203. 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, disregard the PRDA guide instructions on the content of the cost proposals. The cost proposal shall be broken down by cost element to include material, labor (includes hours and rate by labor category), indirect rates, travel and any direct costs associated with this effort by phase, by task, by month, and by calendar year. The accompanying cost proposal/price breakdown shall be furnished with any supporting schedules and shall contain a person-hour breakdown by phase, task, and by calendar year. This information is also required on all proposed subcontracting proposals. A sample format for the contents of the cost proposal is contained in the supplemental package. (3) TECHNICAL PROPOSAL: The overall technical proposal shall include a discussion of the nature and scope of the research and the technical approach. 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. 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. Offerors should refer to the WL 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. (4) PAGE LIMITATIONS: The technical proposal shall be limited to 50 pages (l2 point or larger type), double-space, single-sided, 8.5 by 11 inches. The page limitation applies to all information excluding the Statement of Work and resumes. Pages in excess of this limitation will not considered by the government. Cost proposals have no limitations; however, offerors are requested to keep cost proposals to 25 pages as a goal. (5) PROPOSAL ON DISK: It is required that the offeror(s) also submit the technical proposal on MAC and PC disk(s) in the Microsoft Word 6.0 format. (6) PREPARATION COST: If selected for negotiations, qualifying offerors will be required to submit a subcontracting plan. This announcement does not commit the government to pay for any response preparation cost. The cost of preparing proposals in response to this PRDA 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. G -- BASIS FOR AWARD: Multiple awards are anticipated and will be based on an evaluation of an offeror's response (both technical and cost aspects) to determine the overall merit of the proposal and value to the government 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: (a) new and creative solutions; (b) the offeror's understanding the problem and scope of the technical effort; (c) the soundness of the offeror's technical and management approach; (d) the corporate experience, facilities, and the availability of qualified experienced technical personnel, in addition to experience in areas such as flight demonstrations, avionics architecture, avionics processor, avionics software, and their integration, and (e) the organization, clarity and thoroughness of the proposed SOW. Cost and/or price, which includes consideration of proposed budget and funding profiles is a 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. H -- POINTS OF CONTACT: (1) Programmatic/technical point of contact: Questions on programmatic/technical issues may be referred to the AF program manager, Mr. Neeraj Pujara, AFRL/SNZT, 2241 Avionics Circle, Wright-Patterson Air Force Base, OH 45433-7303, voice (937) 255-4794 ext. 4312, telefax (937)656-4997, or e-mail pujaran@sensors.wpafb.af.mil. (2) Contracting/Cost point of contact: Questions related to the contract/cost issues should be directed to Air Force Research Laboratory, Directorate of Research and Development Contracting, Ms. Dawn Ross, AFRL/SNKD, Bldg 7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607, voice (937) 255-5252, telefax (937) 255-3985 or e-mail rossdm@aa.wpafb.af.mil. Direct all requests for solicitations, routine communications, and the Program Information Package, concerning this acquisition to the point of contact in item (2) above or to Mr. Phillip Marcum, R&D Contracting Officer, AFRL/SNKD, Bldg 7, 2530 C Street, Wright-Patterson AFB OH 45433-7607, telephone (937) 255-5252, fax (937) 255-3985. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or Contracting Officer, but to communicate Contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman shall 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 are invited to contact Lt Col James Bixler, Det 1, AFRL/PK, telephone (937) 255-4813, e-mail bixlerjp@wrs.afrl.af.mil. All routine communication concerning this acquisition should be directed to Phillip Marcum, Contracting Officer, telephone (937) 255-5252. See Note 26. (0154)

Loren Data Corp. http://www.ld.com (SYN# 0006 19980605\A-0006.SOL)


A - Research and Development Index Page