Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2003 FBO #0475
SOLICITATION NOTICE

A -- COMBAT OXYGEN SYSTEM

Notice Date
3/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123
 
ZIP Code
78235-5123
 
Solicitation Number
F41624-03-R-6001
 
Archive Date
5/8/2003
 
Point of Contact
Phyllis Morse, 311 HSW/PKR, Phone 210-536-5769, Fax 210-536-4253,
 
E-Mail Address
phyllis.morse@brooks.af.mil
 
Description
FEDBIZOPS Announce NR: F41624-03-R-6001 PROGRAM RESEARCH AND DEVELOPMENT ANNOUNCEMENT (PRDA) NR 2003-01 & REF: RFI PKRH052002 _________________ TITLE: COMBAT OXYGEN SYSTEM DEVELOPMENT TECHNICAL POC: GEORGE W. MILLER, AFRL/HEPR, (210) 536-8128, George.Miller@brooks.af.mil; AFRL/HEPR, 2485 Gillingham Dr, Brooks City-Base TX 78235-5105 CONTRACTING POC: PHYLLIS J. MORSE, 311 HSW/PKRH , (210) 536-5769, Phyllis.Morse@brooks.af.mil; 311 HSW/PKRH, 8150 Aeromedical Road, Brooks City-Base, TX 78235-5123 WHITE PAPER DUE DATE AND TIME: 18 Apr 03, 3:00 P.M. local time. NOTE: Receipt of White Papers after the due date and time shall be governed by the provisions of FAR 52.215-1(c)(3). INTRODUCTION: 1. Air Force Research Laboratory, Human Effectiveness Directorate, Biodynamics and Protection Division (AFRL/HEPR), Armstrong Research Site is soliciting White Papers for the Combat Oxygen System Development research effort described below. The White Paper should be addressed to the Contracting Point of Contact (POC) stated above. This is an unrestricted solicitation. Small businesses (as well as all offerors) are encouraged to propose on all or any part of this solicitation. White papers submitted shall be in accordance with this announcement. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any PRDA/BAA amendments that may permit extensions to the current proposal date or announce further white paper submittals. Future amendments will be issued in the EPS (under the ?Modifications? section). 2. This solicitation consists of two steps: the FIRST STEP solicits a request for a white paper and a rough order of magnitude (ROM) cost. These will be evaluated by the Government to determine which of the white papers have the most promise of meeting Air Force needs. Offerors will be notified in writing of the disposition of their white paper. Each White Paper is limited to 5 pages per demonstrator (total of 15 pages for the entire effort, plus a 1-page ROM for each. Government requires 50:50 cost sharing with the offeror. The ROM should show proposed Government/Contractor cost sharing. (See Section C ? White Paper Preparation.) In the SECOND STEP only those offerors who submit White Papers with the most interest or promise, as determined by the Government, will be requested to provide an oral technical presentation, including a Contractor?s Statement of Work, within 30 days of the proposal request. After the presentation, proposals will be categorized, evaluated and subsequently selected for negotiation in accordance with established award criteria. In addition, each selected offeror will be required to submit a fully supported, detailed cost proposal. Offerors whose White Papers are not selected will be restricted from participating in step two. 3. Potential offerors are notified that effective 01 Jun 1998, in order to be eligible to receive any DOD award, you must be registered in the Central Contractor Registration (CCR) Database. On-line registration instructions can be accessed from DISA CCR home page at http://www.ccr.gov/index.cfm. SECTION A: Statement of Problem/Objective: 1. This effort will develop three (3) types of advanced technology demonstrators. The demonstrators will be designed, fabricated, tested, and demonstrated. Characteristics of each type of demonstrator are given below: ADVANCED DEMONSTRATOR #1, PORTABLE MEDICAL OXYGEN SYSTEM: a. Number of units: 2 ea. b. Liquid oxygen storage volume: 5 Liters. c. Unit shall have quantity and pressure gauges. Any power required must be self-contained. d. Unit shall be one-man portable (less than 75 lbs.). e. Unit shall be capable of supplying oxygen to four (4) patients using standard DoD medical connections and delivery hardware. Standard delivery hardware shall be provided. f. Unit shall be capable of supplying a maximum flow of 44 ambient liters/minute and have a supply pressure of 50 ?5 psig. g. Combat hardening: 7.62 mm ballistic protection (Level III) required. Ballistic protection shall be verified by testing. h. Aircraft Securing: Unit shall be capable of being secured on military cargo aircraft and all-terrain vehicles using standard procedures. i. Unit shall be capable of being air dropped. j. Unit shall be serviced by standard DoD and NATO servicing connectors. ADVANCED DEMONSTRATOR #2, PARATROOPER OXYGEN SYSTEM: a. Number of units: 2 ea. b. Liquid oxygen storage volume: 25 Liters. c. Unit shall have quantity and pressure gauges. Any power required must be self-contained. d. Unit shall be two-person portable. Weight shall be less than 150 lbs. when full and ready for installation on a cargo aircraft or an all-terrain vehicle. e. Number of outlets: Paratrooper configuration - 8 ea. parachutist quick disconnects external to the demonstrator, and 1 ea. paratrooper outlet on the demonstrator (outlet is used if one of the 8 ea. standard outlets is damaged). The 8 ea. external paratrooper outlets will be supplied from 2 ea. quick disconnects on the demonstrator (each demonstrator disconnect will supply 4 ea. paratrooper outlets). Distribution hardware shall be provided. Medical configuration - 4 ea. standard medical outlets on the demonstrator. f. Maximum flow capability: Paratrooper configuration - 200 ambient liters/minute while flowing 25 ambient liters/minute at each paratrooper outlet and maintaining a minimum supply pressure of 50 ?5 psig. Medical configuration - Three (3) each medical outlets must be capable of delivering 11 ambient liters/minute per outlet at a delivery pressure of 50 ?5 psig. One (1) each medical outlet must be capable of delivering 66 ambient liters/minute at a delivery pressure of 50 ?5 psig. g. Combat hardening: 7.62 mm ballistic protection (Level III) required. Ballistic protection shall be verified by testing. h. Aircraft Securing: Unit shall be capable of being secured on military cargo aircraft and all-terrain vehicles using standard procedures. i. Unit shall be serviced by standard DoD and NATO servicing connectors. ADVANCED DEMONSTRATOR #3, BACKPACK MEDICAL OXYGEN SYSTEM: a. Number of units: 2 ea. b. Unit shall have quantity and pressure gauges. Any power required must be self-contained. c. Unit shall weigh less than 35 lbs. d. Unit shall be capable of being worn by parachutists or dropped in tandem with a paratrooper. e. Unit shall be capable of being worn by soldiers on the ground. f. Unit shall be capable of delivering oxygen to one (1) patient at a flow rate of 11 ambient liters/minute. The goal for operating duration shall be 12 hours. g. Combat hardening: 7.62 mm ballistic protection (Level III) required. Ballistic protection shall be determined by testing. h. Aircraft Securing: Unit shall be capable of being secured on military cargo aircraft and all-terrain vehicles using standard procedures. i. Unit shall be serviced by standard DoD and NATO servicing connectors. 2. Deliverable Items: a. Data Items: Monthly Technical and Cost Status Reports; Final Report. b. Software: NONE. c. Hardware: 6 ea. advanced demonstrators. 3. Est. Schedule: a. Overall effort (includes 14 months for technical effort plus 4 months for Final Report, or, if awarded to multiple contractors, the durations are given below: Advanced Demonstrator #1: 10 months technical effort and 4 months for final report. Advanced Demonstrator #2: 12 months technical effort and 4 months for final report. Advanced Demonstrator #3: 14 months technical effort and 4 months for final report. SECTION B: Award Information 1. Expected Award Date: 45 days after oral presentation. 2. Anticipated funding for the program (not per contract): FY03: $350,000.00. This funding profile is an estimate only and is not a promise for funding as all funding is subject to change due to Government discretion and availability. 3. Type of Contract/Instrument: Cooperative Agreement with 50:50 Cost Share; the Air Force reserves the right to award a contract, Grant, or Other Transaction. 4. A single award or multiple awards are possible. Each advanced demonstrator development could be awarded to a different company or one company could be awarded the entire program. Period of Performance -- Single Award: 18 months after award. Period of Performance -- Multiple Awards: Advanced Demonstrator #1: 14 months after award. Advanced Demonstrator #2: 16 months after award. Advanced Demonstrator #3: 18 months after award. c. Software: None. d. Hardware Delivery: Advanced Demonstrator #1: 10 MAC Advanced Demonstrator #2: 12 MAC Advanced Demonstrator #3: 14 MAC 4. Other Requirements a. SECURITY LEVEL: UNCLASSIFIED. b. TEMPEST. N/A. c. International Traffic in Arms Regulations (ITAR) (export control): N/A. d. PL 98-94 (export control): N/A. e. Government Furnished Property (GFP): NONE. SECTION C: White Paper Preparation Instructions 1. General Instructions: a. Offerors should apply the restrictive notice prescribed in the provision of FAR 52.215-1(e) Instructions to Offerors--Competitive Acquisition. Offerors should consider proposal instructions contained in the AFRL PRDA/BAA Guide for Industry, which can be accessed on line at www.wrs.afrl.af.mil/contract. This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. White Papers must be valid for 60 days and must reference the above announcement number. Offerors must submit one original and three (3) copies of their White Papers. Offerors are advised that only Contracting Officers are legally authorized to contractually bind or otherwise commit the government. The cost of preparing White Papers 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. 2. White Papers: a. Page Limitation: 5 pages per advanced demonstrator (total of 15 pages), 10 pitch or larger, double spaced, single-sided, 8.5 by 11 inches. This limitation includes all information, e.g., indices, photographs, foldouts, appendices, attachments, etc. It does not apply to the offeror?s proposed Contractor?s Statement of Work (CSOW), which is limited to 6 pages (2 pages per demonstrator). The government will not consider pages in excess of this limitation. b. The White Papers shall include a discussion of the nature and scope of the technical approach. As a separate Volume, which will be in addition to the White Paper page limitation, provide 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. This volume shall include a CSOW detailing the technical tasks proposed to be accomplished under the proposed effort and suitable for contract incorporation and a 1-page Rough Order of Magnitude (ROM) of cost. Do not include any proprietary information in the SOW. Refer to the AFRL PRDA/BAA Guide for Industry referenced above to assist in SOW preparation. c. The evaluation of the White Papers shall consider technical aspects and cost factors as they relate to each demonstrator effort. The purpose of the evaluation is to determine the relative merit of the technical approach proposed for each demonstrator in response to the announcement. The technical aspect ranks as the first order of priority and it shall be evaluated on the following criteria which are equal in order of importance: (1) (50%) Soundness of offeror?s approach, including proposed Contractor's Statement of Work (CSOW). Offeror must state how each required characteristic of the demonstrators will be achieved and how the proposed schedule can be met. (2) (50%) Lightweight and creative solutions. Use of technology to reduce weight and size will be evaluated. The proposed weight and size of each demonstrator will be evaluated. d. Any questions concerning the technical White Papers or SOW preparation shall be referred to the Contracting POC cited above. SECTION D: Basis for Award: This section shall apply ONLY to those offerors whose White Papers are selected to proceed to Step Two in this process. The selection of one or more sources for award will be based on an evaluation of each offeror?s proposal (both technical oral presentation and cost/price aspects) to determine the overall merit of the proposal in response to the announcement. While cost is a significant factor, the technical aspect, is ranked as the first order of priority and shall be evaluated based on the following criteria that are of descending importance: 1. Technical: a. (40%) Soundness of offeror?s approach, including proposed Contractor?s Statement of Work (CSOW). Offeror must state how each required characteristic of the demonstrators will be achieved and how the proposed schedule can be met. b. (40%) Lightweight and creative solutions. Use of technology to reduce weight and size will be evaluated. The proposed weight and size of each demonstrator will be evaluated. c. (20%) The offeror?s past experience with the technology, including personnel and related manufacturing facilities. 2. Cost/Business Proposal: This paragraph shall apply ONLY to those offerors whose White Papers are selected to proceed to Step Two in this process. a. COST/PRICE: Separate the proposal into a business section and cost section. Adequate price competition is anticipated. The business section should contain all business aspects to the proposed contractual or instrument arrangements, such as type of contract/instrument, any exceptions to terms and conditions of the model contract, any information not technically related, etc. Provide rationale for exceptions. Cost proposals have no limitations; however, offerors are requested to keep cost proposals to 10 pages as a goal. The proposal shall be furnished with supporting schedules and shall contain a person-hour breakdown per task. Refer to the AFRL PRDA/BAA Guide for Industry for detailed proposal instructions. Offerors should provide a separate cost proposal for each advanced demonstrator and an overall cost proposal for the entire effort, if desired. Offerors are reminded the effort has a 50:50 cost share approach. The offeror should clearly show what portions of the effort will be funded by the Government and what portions will be funded by the offeror. b. Cost/Price includes the reasonableness and realism of the proposed cost and fee and consideration of proposed budgets and funding profiles. Cost/Price is a substantial factor, but ranked as the second order of priority. . c. Proposal Risk Assessment: Proposal risk will be individually assessed for the technical (oral presentation), cost and schedule areas. Proposal risk relates to the identification and assessment of the risks associated with an offeror's proposed approach as it relates to accomplishing the proposed effort. Tradeoffs of the assessed risk will be weighed against the potential payoff. No other evaluation criteria will be used. The oral and cost proposals will be evaluated at the same time. The Air Force reserves the right to select for award of a contract or assistance instrument any, all, part or none of the proposal received. Award of a grant to universities or nonprofit institutions, or assistance instrument in lieu of a contract will be subject to the mutual agreement of the parties. The government also reserves the right to award any resulting contract pursuant to the Research and Development Standard Contract format in DFARS 235.70. SECTION E: OTHER INFORMATION TO OFFERORS: Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government?s requirement with a commercial item within 15 days of this notice.
 
Record
SN00282019-W 20030320/030319061938 (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.