Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2002 FBO #0186
SOLICITATION NOTICE

A -- High Speed Penetrator

Notice Date
6/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd Suite 337, Eglin AFB, FL, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
MNK-PRDA-02-0010-Part-2
 
Response Due
8/2/2002
 
Point of Contact
Jillian Pate, Contract Specialist, Phone 850-882-4294 x3411, - Martin Kradlak, Contracting Officer, Phone 850-882-4294x3402, Fax 850-882-9599,
 
E-Mail Address
jillian.pate@eglin.af.mil, martin.kradlak@eglin.af.mil
 
Description
C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The program is anticipated to require a total of 42 months. The offeror may propose an alternate duration, but duration must be commensurate with anticipated Government funding profile for the HSP program as defined in Paragraph C(4) of this PRDA. (2) Expected Award Date: The estimated award date is 20 Sep 2002. (3) Type of Contract: The Government anticipates awarding a single cost-plus-fixed-fee (CPFF) contract. (4) Government Estimate: The total contract costs plus the penetrator Government test costs (in then-year dollars) to execute the entire program is estimated at $7.95M. (Ref. Paragraph D(3) of this announcement). (NOTE --The Government anticipates that the HSP program then-year-dollars profile for funding available for the HSP contracted and penetrator testing effort will be as follows: FY02 - $0.854M, FY03 - $2.130M, FY04 - $2.630M, and FY05 - $2.336. However, this statement shall not be interpreted as an obligation on the part of the Government to fund the HSP program at the stated annual levels.) The contractor shall propose a distribution of these funds between the contract, testing and Government in the proposal. Tests conducted at a government facility will be directly funded by AFRL/MNMI. Some Government cost information is found in Annex 2. To help reduce total costs for this program, the Government may determine that some proposed contract effort could be more economically executed using Government resources and may enter into negotiations to accomplish this objective. Potential areas of negotiations include, but are not limited to, hydrocode analysis, cannon tests, certain types of explosive fills and scaled gun tests. (5) Government Furnished Property (GFP), Facilities and Test Support: The offeror shall identify all government furnished resources (i.e., hardware, equipment, facilities and support) needed to execute the contract in a timely and cost effective manner. The offeror's proposal shall reflect the use of the Holloman Sled Test Track facility and its associated support for the required test conditions identified in Annex 1. The Government will also assist in providing other GFP or facilities as appropriate and based on availability, if requested by the contractor. These facilities may include the Advance Warhead Experimentation Facility (AWEF), the Fuze facility, the Mass Property Measurement facility and the High Explosive Research & Development facility. Therefore, the offeror shall forward a detailed list of Government resources wished to be included in the proposal to the PCO not later than ten (10) calendar days after the date of publication of this PRDA. The Government will determine the availability of the government resources and then notify the contractor within twenty (20) calendar days after the receipt of the request, as to whether the request has been approved or disapproved. (6) Size Status. This acquisition is solicited under full and open competition. The appropriate NAISC code is 541710 with a small business size standard of 500 employees. (7) Notice to Foreign Owned Firms: A determination has been made for this solicitation, that all foreign participation at the prime contractor level will be prohibited. Foreign contractors may participate as sub-contractors if prime contractor obtains the appropriate approval from the State Department. (8) Cost-Sharing Proposals-Proposals offering a cost sharing arrangement may not be considered for award. D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General: 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 the appropriate points of contact listed below. Offerors should consider instructions contained in the AFRL BAA and PRDA Industry Guide. The document may be viewed and downloaded at http://www.wrs.afrl.af.mil/contract/Ind-gde.rtf. Technical and cost proposals, submitted in separate volumes, are required and must be valid for 180 days. Volume 1 should provide the technical proposal addressing the objective and requirements. Volume 2, which must be unclassified, should address the price and cost details of the proposal. (2) Technical Proposal: Volume I, the technical proposal shall include, as a minimum: a statement of work suitable for contract incorporation; and fully address the approach in accomplishing the Program tasking of Paragraph B(2). Contractor must also provide a summary of relevant past and present performance. Relevant past and present performance is defined as performance by the proposed HSP program manager, lead technical investigator and/or chief engineer supporting ordnance programs within the last ten years, or past efforts by other key personnel proposed by the offeror for performance of this contract; state the capacity in which these individuals acted in these relevant programs. In the technical proposal, the offeror shall propose and elaborate upon a specific HSP Point of Departure Design. The offeror must provide sufficient technical discussion and technical detail to establish the soundness of the proposed approach; provide an adequate basis for assessing program technical cost and schedule risk; and form a sound basis for the cost proposed in Volume 2. To that end, the proposal shall address all aspects of the Point of Departure Design including but not limited to, case material selection; explosive fill selection; case, fuze, and explosive integration; penetrator predicted survivability; HSP depth of penetration calculated using the LaBombA code and impact conditions specified in Annex 1; and HSP mass properties. The contractor shall disclose in the proposal proposed fuze modifications, if any. (It is not the intent of the Government to encourage fuze design modifications.) The proposal shall also identify and discuss the suitability of the various modeling and analysis tools that the contractor proposes to use during the HSP program to accomplish the HSP hardware design and effectiveness trades. Proposals failing to provide adequate technical detail and discussion may be considered technically unresponsive to this PRDA. The technical proposal shall also include an overall test plan, with a supporting test matrix and discussion, which identifies all contractor and government conducted testing and the facilities at which the testing is to occur. To facilitate timely completion of the pre-award surveys, offerors shall identify their own and subcontractor facilities and personnel, if any, to be involved in handling of explosives and other hazardous materials and the level of explosives/hazardous materials proposed. (3) Cost Proposal: Adequate price competition is anticipated. The Volume 2 cost proposal must include and segregate the contract costs, and the Government test and equipment costs. The contract costs shall include, as a minimum, a man-hour breakdown by task, a cost element summary including labor, overhead, travel, G&A, rates, etc. for the contract and data, and an expenditure schedule for the entire program. The cost proposal shall include any proposed costs incurred by the fuze manufacturer in fulfilling their responsibilities to support integration and testing of their fuze. It is anticipated that some of the work performed under the HSP contract will be classified. The offeror should therefore, consider, and reflect in proposal, the cost impact that security will have on all aspects of proposed effort. For the purpose of developing a test plan commensurate with the budget and contract costs, Annex 2 contains information to price Holloman sled tests, Davis Gun tests, testing at the AFRL/MN's AWEF and Fuze facilities, certain explosive fill which may be provided by the HERD facility, use of the 46 Test Wing Mass Property Measurement Facility, and cost of fuzes. Be aware that AFRL/MNMI will be the customer for Government test agencies (i.e. AFRL/MNMI will be responsible for scheduling and coordinating test dates, requirements, test planning meetings, etc.) The offeror shall include estimates for the cost of any other Government Furnished Property (GFP), and all costs incurred by the government that are associated with providing the equipment, facilities and support necessary to meet the contractor's testing requirements. When requesting cost estimates for test support from Government test organizations, the offeror should clearly state that the Government program office, AFRL/MNMI, will make payment directly to the supporting Government test organization. The Government will procure under a separate contract the fuzes as specified by the contractor (quantity and live or inert). The $7.951M contract and test limit, as defined in Paragraph C(4) of this PRDA, shall include the cost of GFP. Any costs associated with data rights and the total proposed costs associated with implementation of the TMATT tasking of Paragraph B(5) of this PRDA shall be separately identified in the cost proposal. (4) Page Limitations: Volume 1 shall be limited to a total of 75 pages, including charts, figures, tables, etc. The proposed SOW, CDRLs, and resumes may be included as an appendix and will not be counted in the page limitations. The Government reserves the right to remove and return to the offeror any excess pages before evaluation starts. Cost proposals have no page limitations, however, the offeror is requested to keep the cost proposal to 50 pages as a goal. A page is defined to be one side of an 8.5x11 inch piece of paper with information on it. Minimum print size is 12 pitch, with line spacing of not less than one and one half for the typeface used (no more than 34 lines per page). Proposals shall be submitted in an original and 5 copies. All responsible sources may submit a proposal that shall be considered against the criteria set forth herein. Authorization for limited reproduction and dissemination within Government agencies and National Laboratories is requested by the Government and shall be addressed in the proposal. (5) Preparation Costs: The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract, or any other contract. It is, however, an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Offerors are advised that only the Contracting Officer is legally authorized to contractually bind or otherwise obligate the Government. The US Air Force reserves the right to award one or no contracts based on the proposals received in response to this announcement. IAW FAR 19.702, a Small Business Subcontracting Plan will be requested from the offeror selected for award. The plan must be submitted within 10 days after the request. (6) Data Rights: The government is anticipating unlimited data rights to all data generated to include drawings and results. The contractor is instructed to address data rights, licenses, etc. in the proposal. E--Basis for Award: Award Evaluation Criteria: The selection of none or one source for contract award will be based on evaluation of the proposals in response to this PRDA to determine the best value potential to the Government. Proposals will be evaluated as received using the following factors and subfactors. No other evaluation criteria will be used in selecting the best proposal. Technical and Cost Factor information will be evaluated at the same time. The Technical Factor will be considered of higher priority than the Cost Factor. The subfactors under the Technical Factor, listed in decreasing order of importance, are: (a) Soundness of Technical Approach and Compliance with Requirements, (b) Understanding of the Problem, and (c) Relevant Past and Present Performance. The Soundness of Technical Approach and Compliance with Requirements will consider and evaluate the technical merits and risks as related to design, analysis, test planning, fabrication, and test support of the offeror's proposed HSP. It will also consider the potential of the proposed approach for meeting and/or exceeding the requirements identified in Annex 1 of this PRDA. As a part of determining the best value potential for the entire program, the government will consider both the potential performance of the HSP Baseline Design and the contractor's proposed test plan. A proposal which is deemed by the Government as meeting performance requirements and having the best potential for successfully demonstrating program objectives, without exceeding the maximum allowable cost specified in Paragraph C (4) of the PRDA, will be considered as offering higher potential value to the government. Under the Cost Factor, the Cost Proposal will be evaluated for reasonableness and realism. The total cost to be evaluated will include the cost of performing the contract, the cost of testing the HSP, and any other offsets for GFP or acquisition of data rights. F--POINTS OF CONTACT: (1) Contracting and Cost: Ms Jillian Pate, Contract Negotiator, (850) 882-4294, ext 3411, Mr Martin Kradlak, Contracting Officer, (850) 882-4294, ext 3402, AFRL/MNK, 101 West Eglin Blvd., Suite 337, Eglin AFB FL 32542-6810, or e-mail to jillian.pate@eglin.af.mil or kradlak@eglin.af.mil, respectively. The AFRL/MNK fax number is (850) 882-9599 or (850)883-1297. (2) Programmatic and Technical Issues: Ms Mary Plenge, (850) 882-2141, ext 2247, or Lt Lee Harlan, (850)882-2141 ext 2212, at AFRL/MNMI, 101 West Eglin Blvd., Suite 258, Eglin AFB FL 32542-6810, or e-mail to mary.plenge@eglin.af.mil or lee.harlan@eglin.af.mil. The AFRL/MNMI fax number is (850) 882-9790. (3) Ombudsman: An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates 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 source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting Officer, Contract Specialist, or the Program Manager identified above. For any other concerns, interested parties may call AFRL/MN's Ombudsman, Lt Col Mary Quinn, at (850) 882-2872 ext. 3420. (4) General information: This announcement and updated or other general information are available via the World Wide Web at http://www.eps.gov. (Look for Solicitation Number MNK-PRDA-02-0010, Keyword: HSP) (5) Supplemental Documentation: Potential offeror's should forward their written request to Ms Jillian Pate, AFRL/MNK, 101 West Eglin Blvd., Suite 337, Eglin AFB FL 32542-6810 for the following supplemental documentation related to this PRDA: ANNEX 1: HSP Program Requirements; ANNEX 1A: HSP Program Requirements (Classified Secret); ANNEX 2: Information and Costs Associated with the High Speed Penetrator (HSP) Ground Test Program; ANNEX 3: Case Material Data; ANNEX 3A: Penetration Data (Classified SECRET); ANNEX 4: Explosive Data; ANNEX 5: Fuze Preliminary Developmental Specification; ANNEX 6: An Analysis of Survivability for the High Speed Precision Penetrator; ANNEX 7: EPIC Theory Manual The request must include an approved DD Form 2345, Militarily Critical Technical Data Agreement, unless the requestor previously submitted a DD Form 2345 as a prerequisite for attending the HSP Pre-solicitation Conference. The contractor must request release of export-controlled data related to the HSP program, and must identify an individual who will be responsible for controlling this data. The request should also include two sets of self-adhesive mailing labels. The mailing address on the labels must be the approved address for receipt of classified mail. Each set of labels must include one label suitable for use on the outer classified mail wrapper, and a second label suitable for use on the inner wrapper. None of the supplemental documentation will be provided unless requested in strict accordance with these instructions.
 
Record
SN00087593-W 20020606/020604213704 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.