Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,2000 PSA#2522

Commander, Naval Air Systems Command (Code 2.2), 47123 Buse Road, Bldg 2272, Patuxent River, MD 20670-1547

16 -- BROAD AGENCY ANNOUNCEMENT SOL N00019-00-R-0251 DUE 022900 POC Contact: Terrence P. O'Connell, Contracting Officer, (301)757-7135 E-MAIL: OconnellT@navair.navy.mil, OconnellT@navair.navy.mil. Broad Agency Announcement E-2C post multi-year procurement upgrade engineering and manufacturing development phase. E-2C 00-1. Due 022900. Contact Terrence O'Connell, Contracting Officer, (301) 757-7135, or CDR Jim Clifton, Technical Point Of Contact, (301) 757-7185. Broad Agency Announcement N00019-00-R-0251. Introduction: The Program Executive Officer Tactical Aircraft Programs (PMA-231) is interested in receiving proposals (both technical and cost) on the research effort described below. Proposals in response to this announcement shall be submitted by 29 February 2000, 1400 hours, local time, addressed to Naval Air Systems Command, 47123 Buse Road, Unit # IPT, Suite 453, Patuxent River, MD 20670-1547, Attn: Mr. Terrence O'Connell, Contracting Officer. This is an unrestricted proposal. Proposals submitted after the cutoff date specified herein shall be treated in accordance with restrictions of (Federal Acquisition Regulations) FAR 52.215-1 entitled Instructions to Offerors Competitive Acquisitions; a copy of this provision may be obtained from the contracting point of contact. There will be no other solicitation issued in regard to this requirement; however, potential offerors should be alert for any announcement amendments that may be published. PMA-231 intends to conduct an industry day on 2 February 2000 to provide information to industry as well as respond to questions. PMA-231 is the Program Office for development and acquisition of U.S. Navy Airborne Early Warning (AEW) systems and aircraft. The current baseline AEW system and aircraft is the E-2C with the Hawkeye 2000 weapons suite. The Hawkeye 2000 system is currently being procured via a five year Multi-Year Procurement (MYP) contract with aircraft purchased in the years FY 99 to FY 03. PMA-231 is currently planning for the development and acquisition of the follow on AEW system and aircraft. These aircraft and systems will be developed during an E&MD phase starting in FY 02. This aircraft must support the U.S. Navy's requirement for the airborne surveillance element of the FY 2010 Theater Air and Missile Defense (TAMD) architecture. All elements of the mission system are being considered for upgrade. Completely new architectures that may result in changes to the current mix of sensor classes may also be considered. The design shall also address life cycle cost reduction, manufacturing cost reduction and obsolescence issues. Production quantities for each year are being evaluated but in no case are they anticipated to exceed six aircraft per year. As the sole designer, developer, and manufacturer of the E-2C Hawkeye 2000 aircraft, Northrop-Grumman, will continue to produce the airframe and will retain the role of prime integrator in conjunction with its airframe-related integration work. Requirements: Technical Description: PMA-231 is seeking studies on how to perform all or part of the E&MD and aircraft production not related to the airframe as described above. Potential competitive elements include, but are not limited to: *Logistics *Radar *Mission software *Other elements of the mission suite The study must provide, as a minimum: *Proposed system or subsystem architecture (as appropriate) *Technical approach to the E&MD phase *Proposed E&MD teaming arrangements including the details of how the teaming will be executed and the details of work share and responsibilities *Proposed production teaming arrangements including the details of how the teaming will be executed and the details of work share and responsibilities *Life cycle cost reduction approach including all phases from development through production and service retirement *Proposed acquisition strategy *Risk assessment with proposed risk mitigation The deliverable of the studies will be a report, in Microsoft Office 97 format and a one day presentation with all presentation material provided separately in Microsoft Office 97 format. The presentations will be at either the contractor's facility or at Patuxent River, MD at the discretion of the government. The deliverables will be used as input into the development of the acquisition strategy for the post-MYP aircraft described above. All information provided as deliverable will become government property and may be used in subsequent acquisitions without regard to the identity of the contractor(s) selected. It is anticipated that all inputs will be made available to at least the post MYP aircraft prime contractor which is expected to be Northrop-Grumman. Each respondent may propose to perform any combination of the competitive elements. Teaming is encouraged where it enhances the overall quality of the effort. Each response should include at least the following elements: *A Work Breakdown Structure (WBS) outlining the effort that the respondent is proposing to provide during the study *A list of major deliverables *Overview of the respondent's and any proposed sub contractor's historical performance in the competitive elements proposed *Respondent's view of the most significant risks for the applicable competitive elements (not to exceed 10) along with proposed risk mitigation *Level of Independent Research and Development (IR&D) the respondent and its subcontractors are willing to contribute to the study effort. Additional Information 1) Anticipated period of performance: Total length of the technical effort is estimated to be three months after award. 2) Expected award date: 30 March 2000 3) Individual contracts may be awarded in amounts up to $100,000. Multiple contract awards (approximately 4) are anticipated. The proposals sent in response to this BAA may contain proprietary information. The deliverable of the selected studies shall not contain proprietary information. 4) Type of contract: Cost Plus Fixed Fee 5) Government Furnished Equipment/Information (GFE/GFI): None anticipated. Responses should clearly indicate requirements for GFE/GFI. 6) Size Status: Firms responding should indicate size status and whether Historically Black College/University (HBCU) or Minority Institution (MI). 7) Notice to Foreign OwnedFirms: Such Firms should be aware that restrictions may apply which could preclude their participation in this acquisition. Prospective offerors shall contact the contracting point of contact cited below upon deciding to respond to this announcement. Proposal Preparation Instructions: 1) The proposal security classification shall be no higher than secret. 2) Offerors shall include a one (1) page executive summary with all proposals. PMA-231 may make partial awards on the basis of a proposal. To facilitate partial award, the costs should be easily identifiable for each severable task. Offerors should apply the restrictive notice prescribed in the provision (Federal Acquisition Regulation) FAR 52.215-1, entitled Instructions to Offerors Competitive Acquisitions, to trade secrets or privileged commercial and financial information contained in their proposals. Proposals should be directed to the contracting point of contact cited below. Technical and cost proposals, shall be submitted in separate volumes and shall be valid for 180 days. Proposals must reference the above BAA number. Proposals shall be submitted as an original plus one copy on electronic media. Electronic submissions shall be in Microsoft Office format. All responsible sources may submit a proposal, which shall be considered against the evaluation criteria set forth herein. Offerors are advised that only Contracting Officers are legally authorized to contractually bind or otherwise commit the government. 3) Cost Proposal: The accompanying cost proposal and price breakout shall be supplied on a (Standard Form) SF1411, together with supporting schedules, and shall contain person hour breakdown per task. Copies of the above referenced form may be obtained from the Contracting Officer cited below. 4) Technical Proposal: The technical proposal shall clearly demonstrate the offeror's understanding of the technical and programmatic requirements for the post-MYP aircraft E&MD and production; identify relevant past performance and experience the respondent company, and the proposed subcontractors have in the competitive areas proposed; the offerors understanding of the risks involved in the post-MYP aircraft E&MD and production, and identify any innovative architectures, processes, techniques, etc. proposed. 5) Page Limitations: The Executive Summary shall be limited to one (1) page. The technical proposal shall be limited to 15 pages. A WBS of up to five (5) additional pages may be appended to the technical proposal. Cost proposals shall be limited to fifteen (15) pages. Both the technical and cost volumes shall be twelve (12) pitch or larger type, double spaced, single sided on 8.5 by 11 inch paper. Foldouts may be used for enhanced presentation of drawings, but not as a means of increasing descriptive verbiage. 6) This announcement is a solicitation and does not commit the Government to pay for any response preparation costs. The cost of preparing proposals in response to this BAA is not considered and allowable as a direct charge to any resulting or any other contract. It is however, an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. 7) Format: Contractor format is acceptable for the proposed submittals. 8) Proprietary Technical Data: In accordance with the (Defense Federal Acquisition Regulation Supplement) DFARS 252.227-7013, entitled Rights in Technical Cata Non Commercial Items, limitations of the Government's ability to use or disclose such technical data or computer software will be included as a cost consideration. Accordingly, the offeror shall submit a price for which it would provide proprietary technical data to the Government with Government Purpose License Rights including disclosure of the study results to potential Post MYP aircraft prime and sub contractors. Security: It is anticipated that work performed under this contract could be classified up to and including Top Secret. Respondents must have the ability to perform work at this level. An approved processing facility is required for proposals where classified information is to be processed. Classified proposals must cite classification authority. Respondents intending to submit classified proposals should contact Shana Greenwell (301) 757-7215. Industry Day: A single industry day will be held on 2 February 2000 to allow questions. The security classification level of this meeting shall be secret. Attendees must submit classified visit requests to Marna Achterberg (301) 757-7232, (301) 757-7238 (Fax). Attendees will be limited to three persons per responding contractor. Several documents will be made available during the industry day. Notes may be made using the documents; however, copies will not be provided. The documents to be made available for review will include the draft operational requirements document for the system to be built, the current Hawkeye 2000 specification and others as determined by the government. These documents will be made available to each respondent during business hours on one other day during the response period. The date for viewing of the documents may be selected by the responding contractors during the industry day. The government will make every effort to accommodate the requested dates. Each responding contractor or team may submit up to two questions prior to the industry day. The questions may be submitted until three working days prior to the industry day. Questions should be submitted to the contracting point of contact cited below. Submission of the questions will enable the government to provide more complete responses during the industry day. The government will make every effort to answer the questions as completely as possible. Early submission of the questions may increase the quality of the answers. During the industry day, a program presentation will be provided to all attendees by the government, followed by a two hour question and answer session. No handouts will be provided. No information beyond this venue will be provided to the potential respondents. The industry day will be held at Building# 2044 NAS Patuxent River, MD starting at 0900 and ending at 1400 with an hour break for lunch. Other Requirements: a) Notice to Foreign Owned Firms: Such firms should be aware that restrictions may apply which could preclude their participation in this acquisition. EVALUATION FACTORS FOR AWARD: No submissions will be considered from organizations which cannot show evidence of being able to meet the security requirements for the proposed period of performance. The selection of sources for this contract award(s) will be based on an evaluation of an Offeror's response (both technical and cost aspects) to determine the overall merit of the proposal response to the announcement. The proposal shall be evaluated on the following criteria which are in descending order of importance: (a) The offeror's understanding and contribution to E-2C program objectives; 1) The offeror shall identify how they will leverage off of other programs, including Internal Research and Development (IR&D), in executing the studydescribed in this BAA. (b) Technical merit of the proposed approach (credibility, quality and innovativeness). This includes: 1) Proposals shall be evaluated based on the offeror's content, clarity, brevity, and logical organization of the data submitted which demonstrates the offeror's complete understanding of the technical and programmatic requirements for the E-2C post-MYP aircraft E&MD and production. The offeror shall demonstrate an understanding of the U.S. Navy's requirement for the airborne surveillance element of the 2010 TAMD architecture including potential sensor and mission avionics systems requirements. The offeror shall demonstrate a disciplined system engineering approach to performing analysis, design, development, integration, and test for the systems as applicable. The offeror shall demonstrate an understanding of issues related to life cycle cost reduction, aircraft and system manufacturing cost reduction, and obsolescence. 2) The offeror shall identify their perspective of the mostsignificant risks for the applicable competitive elements (not to exceed 10) and the proposed risk mitigation for each of the elements. 3) Proposals shall be evaluated based on the offeror's identification of innovative concepts, architectures, processes, techniques, or methods proposed for the E-2C post-MYP aircraft E&MD and production program. (c) Management and ability to execute (planning, scheduling, past performance, and resources available); and 1) Proposals shall be evaluated on the offeror's performance under existing and prior contracts for similar products and services. References other than those identified by the offeror may be contacted by the Government and the information received will be used in the evaluation of the offeror's past performance. The offeror's past performance will be based on the following subfactors: a. Quality of product or service b. Cost control c. Business relationships d. Corporate experience 2) Proposals shall be evaluated based on the offeror's understanding of the life cycle cost risks associated with all phases from development, through production, service and retirement. (d) Cost realism and affordability -- The realism of the offeror's proposal will be assessed and adjusted accordingly. Cost realism will be determined, in part by reference to the costs which, under FAR 31.201.3, the offeror can reasonably be expected to incur in the performance of this requirement. Congruence between technical and cost proposals shall also be utilized to determine the realism of proposed costs. Costs shall also be reviewed to determine reasonableness and fairness. Unrealistically low labor rates shall be considered and may result in an increased cost adjustment. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time. PMA-231 reserves the right to select for award any, all, part, or none of the proposals received. Selection will be based on the judgement of a peer committee evaluation consisting of program office, engineering and contracting personnel. Points of contact: Contracting Officer, Mr. Terrence O'Connell, (301) 757-7135; Technical Point of contact, CDR. Jim Clifton (301)757-7185. NAVAIR Synopsis No. 20012-00, Commander, Naval Air Systems Command, AIR-2.2.6, Patuxent River MD 20670. Posted 01/21/00 (W-SN417490). (0021)

Loren Data Corp. http://www.ld.com (SYN# 0094 20000125\16-0001.SOL)


16 - Aircraft Components and Accessories Index Page