Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2005 FBO #1273
SOURCES SOUGHT

A -- GPS III Operational Control Segment (OCX) Program Research & Development Announcement (PRDA)

Notice Date
5/20/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
GPS0502
 
Response Due
6/20/2005
 
Archive Date
7/5/2005
 
Description
A. INTRODUCTION: HQ Space and Missile System Center (SMC) is interested in receiving proposals (technical and price) on the research and development effort described in Section B below for the Global Positioning System (GPS) Joint Program Office (JPO). GPS OCX is a research and development effort being acquired under the procedures of Federal Acquisition Regulation (FAR) Part 35.016, Broad Agency Announcement (BAA) which is the authority for the Air Force?s Program Research & Development Announcement (PRDA) Process. Proposals prepared in response to this PRDA must be submitted by 20 June 2005 at the time and place listed in Section K and is subject to FAR 52.215-2 Audit and Records - Negotiation. Offerors must be registered in the Department of Defense Central Contractor Registration (CCR) database in accordance with Defense FAR Supplement (DFARS) Part 204.7302 to be eligible for contract award. See http://www.ccr.gov/ for more information. Proposals submitted shall be in accordance with this announcement. Proposals submitted after the proposal submission due date and time will be handled in accordance with FAR 15.208. The Government reserves the right to amend this PRDA and Offeror(s) shall be alert for any amendments that may be published at http://www.fedbizopps.gov/. A partial set-aside will be made for companies that meet the NAICS small business classification (<1,000 employees). The Notice of Proposed Contract Action and this announcement constitutes the solicitation notice. B. OBJECTIVES: OCX PRDA contract(s) awarded as a result of this announcement are intended to increase the U.S. Air Force?s understanding of current technology innovations and capabilities in the area of satellite control segment software & hardware architecture. An additional objective for this acquisition is to have industry investigate and develop innovative OCX architectures that meet the OCX performance requirements. The Statement of Objectives (SOO) for this effort is referenced in Sections Q of this PRDA. The SOO is intended to provide guidance to the Offeror as to the issues the Government believes to be central to achieving the objectives of this PRDA. Offerors must propose to, and address, all items outlined in Part A of the SOO OCX PRDA Acquisition Objectives. Further, offerors may optionally propose to at least two items detailed in Part B of the SOO OCX PRDA Acquisition Objectives. The following notional PRDA schedule has been provided to assist offerors in understanding the Government?s view of how the PRDA activities might be structured to maximize available funding profiles. Proposed schedules must conform to the period of performance as identified. Event Date PRDA Award 8 Jul 05 Government Kick-off Meeting 18-22 Jul 05 TIM-1 3-7 Oct 05 TIM-2 12-20 Dec 05 End of PRDA 31 Dec 05 Additional reference documents associated with this announcement are posted on the GPS OCX Bidder?s Library. C. BACKGROUND AND CONTRACT INFORMATION: It is the Government?s desire to maximize the number of industry participants in the GPS OCX PRDA effort and anticipates contract awards consistent with that desire. The expected award of any GPS OCX PRDA contract will be the fourth quarter of FY05. Total funding for this PRDA effort is approximately $5M. The Government intends to award multiple contracts and reserves the right to limit the funds allocated to any one contractor to facilitate maximum industry participation. The OCX PRDA contracts will be Cost Plus Fixed Fee (CPFF) type contract with a fixed fee not to exceed 6%. The Government anticipates each contractor to hold two technical interchange meetings (TIMs), TIM-1 and TIM-2. The TIM-1 will be held approximately 3 months after contract award and the TIM-2 will be held near the end of the contract period. The information provided at these TIMs will be considered for developing a OCX RFP. The Government reserves the right to use the Contractor Performance Assessment Report (CPAR) in accordance with the procedures in FAR 42.1503 as a method to evaluate Contractor performance associated with this GPS OCX PRDA effort during the contract period of performance. A model GPS OCX PRDA contract is posted in the GPS OCX Bidder?s Library. A pre-proposal teleconference will be held on Tuesday, 24 May 2005 from 9:00 to 12:00 am Pacific Daylight Time (PDT). Offerors may schedule one-on-one conversations after the group teleconference by contacting Lt Nathan Vosters at (310) 363-1586 nathan.vosters@losangels.af.mil, or Lt Victor Deal at (310) 363-6364 victor.deal@losangeles.af.mil by 23 May 2005. Time allotted per contractor will depend on the number of one-on-one requests received. Communication between the Offeror and the Government may continue throughout the proposal preparation and evaluation process and will be coordinated through the Procuring Contracting Officer (PCO). Communications shall serve to resolve questions, provide general program information, and obtain clarification, explanation or substantiation until the evaluation process is complete. Communications will operate in both directions, but questions on status or the evaluation process often delay the acquisition. The Offeror shall initiate communications only when absolutely necessary. The following is prohibited: - Discussion of other Offerors' proposals, - Discussion of rating information, and - Proposal revision during the evaluation process. Once the evaluation process is complete and proposals are selected for negotiation/award, the PCO will request further clarifications or proposal updates from the Offeror(s) selected for negotiation/award, if necessary. Questions outside the scope of the technical focal point, such as contract terms and conditions or projected award schedule, shall be referred to the PCO. D. DELIVERABLE ITEMS: The model contract in Section R identifies deliverables under this GPS OCX PRDA effort. The costs for the deliverables will be proposed in compliance with Section H.2. The model contract includes Contract Data Requirements Lists (CDRLs) as listed in Exhibit A of the Model Contract. E. SECURITY AND EXPORT CONTROL REQUIREMENTS: This effort will require access to and the generation of classified information up to and including SECRET. The Contractor Facility must possess a SECRET Facility Security Clearance the time of a PRDA contract award. Personnel performing on this classified effort must be cleared for access to SECRET information based upon a background investigation conducted within the last 10 years at time of request for SECRET access. This acquisition involves data that is subject to the International Traffic in Arms Regulation (ITAR). Therefore, only contractors who are registered with the U.S./Canada Joint Certification Program of the Defense Logistics Information Service (DLIS) and listed on the Certified Contractor Access List (CCAL) may furnish proposals in response to this solicitation. Contractors may register by contacting DLIS at http://www.dlis.dla.mil/jcp. Offerors must submit a copy of their approved DD Form 2345, Militarily Critical Technical Data Agreement, and their certification number to the Procuring Contracting Officer by 20 June 2005. Contract Security Classification Specification, which will reference appropriate security classification guidance to protect Government classified information; the model contract includes a DD-254 as Attachment 4. F. FOREIGN PARTICIPATION: Foreign teaming, licensing, or subcontracting is not allowed. G. GOVERNMENT FURNISHED PROPERTY: The Government has not identified any Government Furnished Property (GFP) at this time. The Government will consider Offeror-identified requests for GFP with adequate justification. A model contract GFP attachment is provided in the GPS OCX Bidder?s Library and Offeror-requested GFP shall be incorporated into the PRDA contracts if approved. H. PROPOSAL PREPARATION INSTRUCTIONS: One proposal per company will be accepted. Offerors shall submit one (1) original and nine (9) identical hard copies (in D-type 3-ring binders) and two (2) CD-ROM copies containing electronic versions of the entire proposal compatible with Adobe 5.0 and Microsoft (MS) Office 2000 in both Adobe 5.0 (.pdf) format and original document format, i.e., MS Word or MS Excel (including formulas). Proposals shall be submitted in three separate volumes. A cover sheet shall be in each book, clearly marked as to volume number, title, copy number, solicitation identification and the Offeror?s name. When both sides of a sheet display printed material, it shall be counted as two pages. Each page of the proposal will be counted except for cover pages, table of contents, tabs, glossaries, and acronym lists. Page size shall be 8.5 x 11 inches, single-spaced with text no smaller than 11-point font size, Times New Roman. Margins shall be one-inch on all sides. Legible tables, charts, graphs and figures may be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. with a minimum 10-point font size, Times New Roman. These displays shall be uncomplicated, legible and shall not exceed 11 by 17 inches. Foldout pages (11 by 17 inches) are allowed, but they shall fit entirely within the volume and may not be used for pages of text. Each foldout page will be counted as two pages and must be printed on a single side only. CD-ROM versions of the proposal shall contain all volumes on a single CD-ROM. Only unclassified proposals will be accepted. Pages submitted over the specified limits will not be read or evaluated. The proposal must stand on its own merit as submitted. Offerors shall apply the restrictive notice prescribed in FAR 52.215-1(e) Instructions to Offerors-Competitive Acquisition as appropriate. Offerors shall consider proposal instructions contained in the AFRL PRDA/BAA Guide for Industry, which can be accessed online at www.wrs.afrl.af.mil/contract. This guide was specifically designed to assist Offerors in understanding the PRDA/BAA proposal process. Instructions in this announcement take precedence over the PRDA Guide. Proposals shall be valid for a minimum of 90 days. Proposals must reference the PRDA #GPS-05-02. (1) Volume I ? Technical Volume: Maximum of: two (2) pages for Executive Summary and twenty (20) pages for the Technical Proposal. Refer to Chapter 3 of the AFRL PRDA/BAA Guide for Industry referenced previously to assist in the Technical Proposal. a. In the Executive Summary, the contractor shall provide an overview of the proposed approach, its critical risks, and risk mitigation approaches. It shall also provide a contractor assessment of critical risks outside the scope of the proposal or beyond the contractor?s ability to mitigate. b. The Technical Proposal shall discuss both the Offeror?s technical and program management approaches. The Offeror shall provide a future control segment system architecture proposal for the entire control segment to include the following functions: TT&C, Nav Mission, Mission Planning, infrastructure, and other functions that the Offeror sees fit. The model described in the ?Current GPS Control Segment Architecture Design? may be used as a background document and is located on the GPS OCX bidder?s library. The conceptual architecture shall address the following items: 1. Allocate functions among major mission areas. 2. Show the principal data flows between major mission areas. 3. Describe methods for data interchange control. 4. Describe methods for inter-process control. 5. Show operations that could be automatically executed and the processes that would be used to implement and control automation. 6. Explain opportunities that exist to incorporate previously developed applications in the architecture concept, and the products to be used. 7. Explain the features that make the architecture concept flexible, scalable, and extensible, and illustrate how these will ease transition from GPS II Control Segment. 8. Describe the anticipated hardware items. 9. Explain the software size for OCX, and provide detail to the major modules (e.g. CSCI) level. (Distinguish between the reused and new components) 10. Describe the major risk areas - with risk assessments and mitigation plans ?associated with developing and implementing the proposed architecture. The Technical Proposal shall include descriptions of design, simulation, and verification processes planned for the effort. It also shall include a description of available equipment, data and facilities as needed. The Offeror shall submit a listing of its proposed team to execute the PRDA effort, identifying the proposed Program Manager, other key personnel, and critical subcontractors. This listing shall include key members? roles on the team as well as their satellite control segment experience. Also identify the planned time commitment to the program for the key personnel. Offeror may submit up to ten (10) pages of supporting data in its own clearly marked section. Supporting data is not mandatory for a successful proposal. (2) Volume II ? Cost/Price Proposal: (Unlimited page count) Adequate price competition is anticipated, therefore certified cost or pricing data is not required. Should adequate price competition not be obtained, the PCO may request submission of certified cost or pricing data as defined in FAR 15.401. Cost information must be of sufficient detail to allow an assessment by the Government of the Offeror?s ability to credibly complete the proposed task and subtasks and to allow the Government to award all or part of the proposal. Offerors shall submit a complete Cost Element Breakdown. Offerors are referred to Chapter 3 of the AFRL PRDA/BAA Guide for Industry for cost proposal and Cost Element Breakdown guidance. The Government reserves the right to request additional cost information if the Government determines it necessary to make an adequate evaluation. Subcontractor may submit cost data directly to the Government under separate cover to the proposal delivery address and by the proposal due date published in this announcement. (3) Volume III ? Model Contract: (Unlimited page count) Proposals shall include the completed model contract in Volume III. The submitted model contract shall be generated from the model contract referenced in section R of this announcement. Large businesses with subcontract(s) shall submit a FAR-compliant subcontracting plan. Offerors may include a cover letter, not to exceed two (2) pages, to this volume indicating any proposed exceptions to the terms and conditions in the model contract. The model contract submitted by the Offeror in Volume III shall include the following documents: 1. Signed model contract sections A-J 2. Exhibit A Contract Data Requirements List 3. Contractor Statement of Work (Offeror proposed) The Contractor Statement of Work (CSOW) shall be limited to five (5) pages. It shall include details of the scope and technical tasks to be accomplished under the proposed effort in response to the SOO and the model contract. The CSOW shall be in a format that is suitable for contract incorporation. Do not include any proprietary information in the CSOW(s). 4. Contract Work Breakdown Structure (CWBS) (Offeror proposed) The Contract Work Breakdown Structure shall be limited to three (3) pages. It shall correspond to the CSOW submitted. Use Mil-HDBK-881 as a guideline in generating the CWBS. 5. Integrated Master Plan (IMP) (Offeror proposed) The IMP shall be limited to four (4) pages. It shall include details of the events, accomplishments, and a baseline schedule. 6. Contract Security Classification Specification (DD254) 7. Technical Data Restrictions (Offeror proposed) 8. Small and Small Disadvantaged Business Subcontracting Plan (applies to large business Offerors) 9. Organizational Conflict of Interest (OCI) Plan (if applicable) 10. Alternative Disputes Resolution (ADR) Agreement (if corporate ADR exists) 11. Government Furnished Property (GFP) List (if GFP is requested) I. EVALUATION BY NON-GOVERNMENT PERSONNEL: A panel of GPS JPO military, Government, federally funded research and development centers (FFRDC) evaluators, and system engineering and technical assistance (SETA) advisors will conduct proposal evaluations. Under a non-disclosure agreement (NDA) they will be authorized access to all portions of the proposal data and discussions. This includes access to price evaluations and negotiations data. The details of this arrangement are listed in clause SMC H006 of the Model Contract. Potential Offerors having objections to non-Government personnel participating in the evaluation of proposals and/or contract documentation including resultant contract administration activities shall contact the PCO prior to submitting their proposals. J. BASIS FOR AWARD: Contract award decisions, if any, will be based on an evaluation of which proposals or parts of proposals best further the Government objectives in the GPS OCX PRDA effort and on the availability of funding. The Government intends to make multiple awards with one small business set-aside. The selection of none, one, or more sources for award will be based on an evaluation of each Offeror?s proposal (both technical and cost/price aspects) to determine the overall merit of the proposal in response to the GPS OCX PRDA. Proposals are evaluated solely on the criteria published in this PRDA. The proposals will be evaluated based on the following two criteria that are listed in descending order of importance. No other evaluation criteria will be used. Each criterion will be evaluated concurrently. CRITERIA I Mission Capability The Offeror?s proposal will be evaluated separately for both technical content and program management on how well the proposal will achieve the overall PRDA objectives. The evaluation will focus on the understanding demonstrated and the effectiveness of the Offeror?s proposed solution for: a. Offeror?s understanding of the technical scope and approach in accomplishing the objectives of the SOO and execution of the CSOW b. Degree of innovation displayed (balanced by lessons learned, best practices, and proven technologies) c. Management approach to accomplish the objectives of the SOO and execution of the CSOW d. Approved subcontracting goals (as applicable) CRITERIA II Cost/Price: Cost/Price includes the reasonableness and realism of the proposed cost and fee and consideration of proposed budgets and funding profiles. Although an important discriminator, Mission Capability is significantly more important than Cost/Price. The Offeror?s cost/price proposal will be evaluated using one or more of the techniques in FAR 15.404, in order to determine if it is reasonable and realistic. No other evaluation criteria will be used. The technical and cost proposals will be evaluated concurrently. The Evaluation Teams will produce and document findings that thoroughly identify and describe strengths, weaknesses, and deficiencies associated with each Offeror?s proposal when evaluated against each evaluation criteria. Any information or data incorporated by reference or referral will not be considered. Mission Capability Technical Merit ratings will be rated: Outstanding ? a significant or exceptional aspect of an Offeror?s proposal that has merit and exceeds expectations in a way beneficial to the Air Force and will be included in the contract or inherent in an Offeror?s process; Good ? meets expectations; Marginal ? aspect of or omission from proposal that may contribute to a failure in meeting specified minimum objectives; Unacceptable ? materiel failure to meet objectives; or Unique ? may not meet all Air Force objectives but offers a unique innovation that justifies special consideration. Mission Capability Program Management will be rated Acceptable ? Yes or No. Cost/Price rating will be Reasonableness (?Yes? or ?No?) and Realism (?Yes? or ?No?). K. DELIVERY INSTRUCTIONS: The delivery address for proposals is: SMC/GPK (Attn: Carol Laechelt), Los Angeles Air Force Base, 2400 South Pacific Avenue, Building 410, Fort MacArthur, San Pedro CA 90731. Personal delivery of proposals or delivery other than on 20 June 2005 shall be coordinated 24 hours in advance of the proposed due date/time with the PCO to ensure timely submission. Complete proposals must be received by 1200 hours (noon) on Tuesday, 21 June 2005 Pacific Daylight Time. Offerors shall pre-coordinate delivery time with either the PRDA PCO (Carol Laechelt) or the PRDA Deputy Program Manager (Capt Grant Leeds). L. AWARD NOTIFICATION: The PCO will notify Offerors whose proposals have not been selected for negotiation/award as soon as possible. When a proposal is not selected for award, an Offeror may submit a written request for pre-award debriefing in accordance with FAR 15.505(a). Any post-award debriefing of Offerors shall be accomplished in accordance with FAR 15.506. M. DATA RIGHTS: The Government assumes that since this is research and development funded exclusively with government funds related to GPS OCX, all technical data developed or used in the course of this program are provided with unlimited rights. All system architecture risks and associated risk assessments will be provided with unlimited rights. Offeror(s) shall comply with DFARS 252.227-7013 Rights in Technical Data-Noncommercial Items, DFARS 252.227-7014 Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation and DFARS 252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions. Any assertions of technical data rights shall be made in Attachment 5 of the Model Contract in the form provided. N. PROGRAMMATICS: An Ombudsman has been appointed to hear significant concerns from the Offeror or potential Offeror during the proposal development phase of this acquisition. Routine questions, such as clarifications, are not considered ?significant concerns? and shall be communicated directly to the PCO. The purpose of the Ombudsman is not to diminish the authority of the PCO, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. The Ombudsman for this acquisition is Col Roc Myers, (310) 363-1222. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or the source selection process. O. CONTACT INFORMATION: Offerors are advised to contact Ms. Carol Laechelt, Procuring Contracting Officer, SMC/GPK, 310-363-2788, carol.laechelt@losangeles.af.mil, with any questions concerning this solicitation. For access to the GPS OCX Bidder?s Library, click ?New Users Register Here? at https://gps.losangeles.af.mil/gpslibrary/, or contact Mr. John Pezan at newaccount@losangeles.af.mil. P. DECLARATION: 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, but may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. Offerors are advised that only duly appointed Procuring Contracting Officers are legally authorized to contractually bind or otherwise commit the Government. Q. GPS OCX SOO: The Statement of Objectives is available in the GPS OCX Bidder?s Library. R. MODEL CONTRACT: The model contract is available in the GPS OCX Bidder?s Library.
 
Record
SN00812890-W 20050522/050520213606 (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.