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