Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2002 FBO #0103
SOLICITATION NOTICE

A -- Analysis, Engineering, Research or Simulation for Optical and Laser Systems (AERoSOLS)

Notice Date
3/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - PL
 
ZIP Code
00000
 
Solicitation Number
PRDA02-DE-02
 
Point of Contact
Marialyn Achille-Argaez, Contract Specialist, Phone 505 846 6876, Fax 505 846 1546, - Barbara Steinbock, Contracting Officer, Phone 505 846 2246, Fax 505 846 1546,
 
E-Mail Address
Marialyn.Achille-Argaez@Kirtland.AF.MIL, steinbob@plk.af.mil
 
Description
General Information Document Type: Solicitation Number: Reference-Number-PRDA 02-DE-02 Posted Date: Response Date: Classification Code: A -- Research & Development Contracting Office Address Department of the Air Force, Air Force Materiel Command, Air Force Research Laboratory (AFRL) Directed Energy (DE) Directorate, 2251 Maxwell Ave, Kirtland AFB, NM 87117 A ? REQUIREMENT This Program Research and Development Announcement (PRDA) requests proposals for Advanced Beam Control/Compensation Technologies. The Air Force Research Laboratory (AFRL), Phillips Research Site (PRS), Directed Energy Directorate (DEBA), Kirtland AFB, NM solicits proposals for the Analysis, Engineering, Research or Simulation for Optical and Laser Systems (AERoSOLS) program. Advanced Tactical Laser (ATL) and Airborne Laser (ABL) transmitting systems, including the extended-range ABL (ER ABL) scenarios, require advanced beam control/compensation techniques to correct for the effects of atmospheric turbulence. The purpose of this acquisition is to contract for research, analysis, simulation and instrumentation development work relevant to beam control and atmospheric characterization. The main technical objective is to perform modeling, simulation and analysis of advanced concepts and to baseline them for testing at the Massachusetts Institute of Technology/Lincoln Labs (MIT/LL) Advanced Concepts Laboratory (ACL). Concepts with promising ACL results will be field tested at North Oscura Peak (NOP). If they show promise there, they will be candidates for insertion into the systems mentioned above. A secondary objective is to develop or support innovative techniques for measuring and predicting atmospheric turbulence for the laser or imaging systems of interest. A third objective is to improve or advance instrumentation state-of-the-art for systems or experiments to advance the first two technical objectives. 1. Concept Generation and Validation: This objective seeks innovative concepts to improve tracking and atmospheric compensation for ABL, ATL, or ER ABL missions. It may include the analysis, simulation, experimental planning, experiment participation and data analysis, to verify the efficacy of said concepts. 2. Simulation and Analysis: This objective provides for analysis and simulation in support of DEBA's various efforts in ABL, ATL, ER ABL and atmospheric turbulence measurement and prediction. It also includes tasks to provide data analysis of experimental data taken in support of these efforts. 3. Instrumentation Improvements and Support: Design, build and implement Instrumentation primarily, but not exclusively, in support of experiments at NOP, White Sands Missile Range (WSMR), and ACL at MIT/LL as well as various atmospheric measurement efforts 4. Atmospheric Characterization Efforts: This objective provides for atmospheric characterization efforts that involve development of instrumentation and systems, data collection, analysis of data, and simulation of results. The instrumentation development involves developing or improving sensors, data collection systems, and platforms. Data collection includes using these new systems as well as other existing systems as specified by the government. Analysis of data includes observations from such systems as well as from other sources as satellite-obtained observations, radiosonde observations, and weather maps. Simulations include efforts related to the measurement programs for incorporating estimated effects. B ? DESCRIPTION: 1. AFRL will not issue a separate solicitation. AFRL is distributing this PRDA electronically through FedBizOpps at http://www.eps.gov. Once there, offerors should enter "PRDA02-DE-02" into the search option to reach the posting. 2. This PRDA will remain open for proposal receipt for a period of two years. There is a submission date every quarter as follows: 10 April 02, 28 June 02, 30 September 02, 31 December 02, 31 March 03, 30 June 03, 30 September 03, and 31 December 03. Every quarter, an amendment will be posted as a reminder of the next submission date. ALL OFFERORS ARE STRONGLY ENCOURAGED TO DISCUSS PROPOSAL CONCEPTS WITH TECHNICAL PERSONNEL PRIOR TO PROPOSAL DUE DATES. 3. All proposals should be received by 1:30 p.m. Mountain Time on the due date. Late proposal submissions will be evaluated based upon the availability of funds. 4. This is an unrestricted solicitation under NAICS code 54171. This PRDA has not been set-aside. Offerors must mark their proposals with the restrictive language stated in FAR 15.609(a). Foreign-owned firms are advised to contact the Contracting Officer or Project Manager before submitting a proposal to determine whether there are restrictions on receiving an award. 5. The following deliverable types of data may be required, depending on the individual task order: (a) Status Report, (b) System Safety Hazard Analysis Report, (c) Scientific and Technical Reports, (d) Computer Software Product End Items, and, e) Developmental Design Drawings and Associated Lists. Final required Contracts Data Requirement Lists shall be included in the model contract posted to the Government web site www.eps.gov/. 6. Organizational Conflict of Interest clauses may apply to this action and cannot be determined prior to proposal submission. C-ADDITIONAL REQUIREMENTS: 1. Some testing may be performed at Kirtland AFB, Albuquerque, New Mexico and offerors should contact the technical POC to discuss assets and their availability. 2. AFRL intends to award incrementally funded, Indefinite Delivery, Indefinite Quantity (IDIQ) contract(s) with cost-plus-fixed-fee completion-type task orders. AFRL reserves the right to make no award, a single award, or the possibility of making more than one award within a given topic area. Additionally, AFRL may award all or part of any proposal submitted. 3. The total duration of the awards(s) is expected to be 48 months beginning in the second (2nd) quarter calendar year (CY) of 2002. 4. The budget for this PRDA is $5 million. PLEASE REALIZE THIS FUNDING PROFILE IS AN ESTIMATE ONLY, IS NOT A PROMISE FOR FUNDING, AND IS SUBJECT TO CHANGE DUE TO GOVERNMENT DISCRETION AND AVAILABILITY. 5. Offerors may obtain a copy of the AFRL Guide entitled "BAA/PRDA GUIDE", dated 29 Jun 98, from the Internet. This guide will help offerors understand the BAA process. To see the guide, go to http://extra.afrl.af.mil/policy-guides.htm. From there, click on "BAA Guide". Points Of Contact (POCs): Contractual/Business issues: Marialyn Achille-Argaez, Det 8 AFRL/PKDB (Directorate of Contracting), 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5773. Phone 505-846-6876, fax 505-846-1546. The Contracting Officer is Barbara Steinbock, phone 505-846-2246, fax 505-846-1546. D-PROPOSAL PREPARATION INSTRUCTIONS: 1. An offeror may propose on any or all objective areas or any portion of any objective area. Areas 1 and 2 could be combined into one proposal; otherwise, separate proposals are required for each area or portion of an area. For full proposals, the technical volume shall be limited to 10 pages per objective area or portion of an area but there is no page limit on resumes of key personnel. Cost and administrative volumes shall be separate from the technical volume. If proposing on more than one area, then both cost and technical volumes must be received for each area. A cover page should be included with each proposal which clearly identifies the offeror with name address and telephone/fax number, and the objective area covered by the document. The cover page will not be counted toward the page limits. Submit 5 copies and one original of both the technical and cost volumes. Submit only one original and one copy of the administrative volume. 2. The full proposal shall consist of 1) a technical volume which shall include an executive summary, program description, program plan, milestone chart, facilities and equipment description, description of relevant prior work, and resumes of the Principal Investigator and other key personnel; 2) a cost/budget volume for each proposal area prepared in accordance with instructions posted with this announcement at FedBizOpps, www.eps.gov; and, 3) an administrative volume which shall reference the above BAA number and include a unique proposal identification number. Additionally, it should include contracting points of contact, technical points of contacts and an approved DD 1540 (see section F, Other Requirements for Award). 3. All proposals shall be valid for 180 days from date of submission and a statement indicating the validity date of the submission shall be included into the administrative volume. 4. The cover page should contain the proprietary data disclosure statement, if applicable. This is found in the AFMC Pamphlet 64-101, 09 Nov 2000, Unsolicited Proposal Guide, which may be obtained from the Defense Acquisition Deskbook located at http://web2.deskbook.osd.mil. 5. Any unsuccessful offeror may request a debriefing. 6. A copy of an awardee's final report under any resultant instrument(s) will be available, subject to national disclosure policy and regulations. 7. Offerors shall submit their proposal to Marialyn Achille-Argaez at the following address (if mailed): Det 8 AFRL/PKDB (Directorate of Contracting), 2251 Maxwell Ave SE, Kirtland AFB NM 87117-5773; or (if hand-carried) Building 499, Room 127, Kirtland AFB NM. The technical point of contact is J. Miller, (505) 846-1539. 8. Allow one-inch margins all around. Use elite type size or equivalent (not smaller than 10-point vertical character height and not more than 12 characters per inch). A ten-point, proportional serif font is acceptable, in which case characters per inch measurement does not apply. Typesetting or other techniques to reduce character size or spacing are not permitted. E-PROPOSAL EVALUATION CRITERIA: 1. Proposals will be evaluated by a peer or scientific review process which outlined in AFMC FARS 5335.016-90 or 5335.90, as appropriate, using the following evaluation criteria, listed in descending order of importance. (1) The overall scientific and technical merits of the proposal, including capabilities and related experience, facilities, techniques or unique combinations of these which are an integral factor for achieving proposal objectives; and (2) importance to AFRL/DEBA programs; and (3) availability of funds. No further evaluation factors will be used in selecting proposals. AFRL reserves the right to select for award any, all, part or none of the proposals received in response to this announcement, subject to the availability of funds. 2. Affordability will be evaluated using the factors of reasonableness and realism. 3. This evaluation will lead to a categorization of proposals as Category 1, Category II, or Category III. 4. Proposal categories are as follows: (i) Category I: Well conceived, scientifically and technically sound proposals pertinent to program goals and objectives, and offered by a responsible contractor with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results. Proposals in Category I are recommended for acceptance and normally are displaced only by other Category I proposals; (ii) Category II: Scientifically or technically sound proposals requiring further development and are recommended for acceptance, but are at a lower priority than Category I; (iii) Category III: Proposals not technically sound or do not meet agency needs. 5. Following proposal categorization, AFRL will enter into negotiations with selected Category I offerors. Cost realism will be assessed for those offers selected for negotiation and price reasonableness will be determined prior to making any award. If AFRL enters into negotiations with an offeror, but is unable to reach agreement, that proposal may be displaced by a lower rated proposal. AFRL may at that time enter into negotiations with an offeror not originally contacted for negotiations. F ? OTHER REQUIREMENTS FOR AWARD: 1. In order to receive a DOD contract, offerors must be registered in the DOD Central Contractor Registration (CCR) system and the U.S./Canada Joint Certification Program utilizing a DD 1540 form. For more information and on-line registration with CCR, see http://www.ccr.dlis.dla.mil. 2. Interested concerns shall have or be capable of obtaining a SECRET facilities clearance. It is anticipated that contractors will have access to or will generate data that is unclassified with limited distribution and/or subject to U.S. Export Control laws. Therefore, only offerors who are certified by the Defense Logistics Information Services (DLIS) may submit offers. Contact US/Canada Joint Certification Office, DLIS, Federal Center, 74 Washington Ave, North, Battle Creek, Michigan 49017-3084 (1 (800) 352-3572) http://www.dlis.dla.mil/CCAL/ for further information on certification and the approval process. The offeror is required to either submit a copy of the DLIS approved DD Form 2345 with its proposal or to the Contracting Officer if access to unclassified, limited distribution data is required to prepare the proposal. 3. In accordance with FAR 16.301-3(a)(1), before an offeror can receive a cost-reimbursement contract, the offeror must possess an accounting system that is adequate for determining costs applicable to the contract. G- MISCELLANEOUS INFORMATION: 1. This PRDA does not commit the Government to pay for any proposal preparation costs. The cost of preparing proposals in response to this PRDA is not considered an allowable direct charge to any resulting contract. 2. An Ombudsman has been appointed to mediate concerns from offerors or potential offerors during the pre-proposal phase of competitive, negotiated acquisitions. The Ombudsman does not participate in proposal evaluation or contractor selection. The Ombudsman can work with responsible acquisition officials to respond to concerns, but will not detract from the authority of the Project Manager or Grants/Contracting Officer. When requested, the Ombudsman will maintain the confidentiality of sources. The Ombudsman at Phillips Research Site is Mr. Eugene DeWall, Director of Contracting, Det 8 AFRL/PK, 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5773; (505) 846-4979. Before contacting the Ombudsman, potential offerors should first refer contracting concerns to the Contracting Officer, Barbara Steinbock at 505-846-2246. All technical questions can be faxed to J. Miller at (505) 846-4018.
 
Record
SN00042059-W 20020315/020313213216 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.