Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2005 FBO #1417
MODIFICATION

A -- BROAD AGENCY ANNOUNCEMENT 2004 ARMAMENT TECHNOLOGY RESEARCH

Notice Date
7/2/2004
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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-BAA-04-0001
 
Response Due
8/16/2004
 
Point of Contact
Kathleen Royster, Contract Specialist, Phone (850)882-4294 x 3410, Fax (850)882-9599, - Brenda Soler, Contracting Officer, Phone (850)882-4294X3206, Fax (850)882-9599,
 
E-Mail Address
kathleen.royster@eglin.af.mil, solerb@eglin.af.mil
 
Description
This is a modification to a previous notice. The following topic is added to MNK-BAA-04-0001: Concept and Design of Facilities and Equipment Enabling Advanced Energetics AFRL/MN anticipates a need for improved facilities and equipment to support expanding future in-house work in advances energetics including energetic nano materials. These new facilities and equipment are to enable world class research, development, integration, fabrication and testing of emerging advanced energetics technologies and future prototype munition concepts that incorporate advanced energetics. AFRL/MN is interested in receiving white papers on preliminary concept development, assessment/evaluation, cost estimate and/or presentation material for new facility or equipment concepts. Proposals for structural calculations/modeling and design needed to support Department of Defense Explosives Safety Board (DDESB) submittals/presentations required for siting and construction approval of the new explosives facilities to be located at MN’s High Explosives Research and Development (HERD) Facility are also of interest. This topic includes consideration and assessment of present and likely future applicable environmental, safety, and health requirements. Mr. Al Beach AFRL/MNME (850) 240-6236 allen.beach@eglin.af.mil r is expected, but not required, to leverage the concept definition work from the MOP Phase I program. The contractor shall develop a Draft Master Test Plan Outline (DMTPO), which includes all ground and flight tests. The PD and DMTPO shall be presented at a Preliminary Design Review (PDR) prior to delivery to the Government for final approval. TO 2 – Weapon Development and Preliminary Testing: The contractor shall develop a detailed hardware design. Simulation, aerostability analysis, component testing and other risk reduction activities shall be performed as required. Subscale models shall be fabricated and wind tunnel tested. The contractor shall perform and support the wind tunnel testing in accordance with the sponsor-approved Master Test Plan. The contractor shall conduct initial performance testing to include arena, blast lethality and penetration tests. The contractor shall conduct initial qualification tests and static tests. The Final Design including system specifications and Formal Master Test Plan shall be presented at a Critical Design Review (CDR). TO 3 – Weapon Performance Demonstration: The contractor shall fabricate and integrate the unit to be flight-tested. It is expected that five drop tests will be conducted. The contractor shall perform and support the flight testing of the hardware in accordance with the sponsor-approved Master Test Plan. The contractor shall also provide a final report. Test Support: The contractor shall be responsible for all test plans necessary for the maturation and demonstration of the hardware/software products to be tested. Contractor-generated test plans, as approved by the Government, will become contractual requirements. For tests being conducted at Government facilities, the contractor shall be responsible for providing technical support, analysis, data and test planning support to the identified responsible Government test organization. The contractor shall provide test support to include the following: support of test planning meetings; test setup and checkout; test article build up and transportation and checkout; installation of hardware; instrumentation package support; required documentation for testing; identification of risk and suggestions for improvements; record test setup; data collection for evaluation of results; post-test analysis and test result documentation. Data Requirements: It is expected that the following data submittals will be required: Study [DI-GDRQ-80567A, Subsystem Design Analysis Report (Study Report)], Status reports [DI-MGMT-80368/T, Status Report], cost/schedule management [DI-MGMT-81334/T, Contract Work Breakdown Structure (Cost/Schedule Breakdown Structure)]; [DI-FNCL-80912, Performance and Cost Report], program review info [DI-ADMN-81250A, Conference Minutes]; [DI-ADMN-81373/T], hardware design/drawings [DI-SESS-81002B, Developmental Design Drawings and Associated Lists], test plans [DI-NDTI-80566, Test Plan], test data [DI-NDTI-80809B, Test/Inspection Report], system specs [DI-IPSC-81432A, System/Subsystem Design Description], and final tech report [DI-MISC-80711A/T, Scientific and Technical Reports, Final Report]. Meetings and Reviews: The Government anticipates the following program meetings and reviews: Kickoff within four weeks of contract start date at offeror’s facilities; Technical Interchange Meetings at times coinciding with key program milestones or decision points that alternate between the offeror’s facilities and Eglin AFB; and a Final Program review at completion of the program at Eglin AFB, FL. The contractor may propose to conduct or participate in other meetings with subcontractors, Government agencies, or third parties, as deemed necessary. Proprietary Items: The Government is anticipating unlimited data rights to all data generated to include drawings and results. The Government highly recommends the proposed design include no parts, materials, or software that are proprietary. The offeror is responsible for explicitly identifying any proprietary materials, products, software, or processes to be used by the prime contractor or subcontractors in the performance of this program and to address acquisition of data rights or licenses, or expected recoupment of development costs for those proprietary items that will be integral to the hardware and software design and fabricated test items. Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-1(e), Instructions To Offerors - Competitive Acquisition, to trade secrets, or privileged commercial and financial information contained in their proposals. Additional Information: (1) Anticipated Period of Performance: TO 1 is expected to last 6 months with results deliverable in the middle of month 6. TO 2 is expected to last 10 months and TO 3 is expected to last 15 months. Total Period of Performance for the Indefinite Delivery Indefinite Quantity (IDIQ) contract will not exceed 5 years. (2) Type of Contract: The Government anticipates awarding one Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to the offeror who the Air Force believes has submitted the most advantageous proposal, based upon evaluation using the Evaluation Criteria found within this document. (3) Government Estimate/Funding: The Government anticipates receiving approximately $11.5M of FY04-07 funds for this program. The Government expects TO 1 costs would not exceed $500K, TO 2 costs would not exceed $3M, and TO 3 would not exceed $8M. It is anticipated that an IDIQ contract will be awarded with a maximum ceiling of $20M since it is impossible to accurately estimate all requirements during the five year period of performance. This funding profile is an estimate only and is not a promise of funding, as all funding is subject to changes/availability and Government discretion. It is desired that contract expenditures be managed and billed so as to maximize FY05 expenditure of FY04 and FY05 funding. (4) Government-Furnished Property/Equipment/Information (GFX): The contractor is responsible for explicitly identifying required GFX, contacting the appropriate Government Agency for its utilization, and including any associated costs within the proposal. (5) Size Status: This acquisition is solicited under full and open competition. The appropriate NAICS code is 541710 with a small business size standard of 500 employees. State whether you are a large business, small business, small disadvantaged business (SDB), woman-owned small business, HUBZONE small business, Veteran-owned business, nonprofit, educational, or historically black college or university. (6) Notice to Foreign Owned Firms: It is anticipated that all foreign participation at the prime level will be prohibited. Foreign contractors may be allowed to participate as sub-contractors if prime contractor obtains the appropriate approval from the State Department. (7) Availability of Additional Requirements Information: A technical library consisting of specific MOP requirements and Phase I MOP results will be available, by appointment, for review. In order to review these documents, please provide a DD Form 2345, Militarily Critical Technical Data Agreement, to AFRL/MNK, 101 West Eglin Blvd, Ste 337, Eglin AFB, FL 32542-6810. Please make appointments to view this documentation with the Deputy Program Manager, Mr Edwardo Freeman, phone (850) 882-8876, ext. 3371, email freemane@eglin.af.mil (8) Proposal Preparation: The proposal will be prepared in accordance with Proposal Preparation, Part II of MNK-BAA-04-0001 with the following additional information. (a) Prepare a technical and price/cost proposal for TO 1 – “Concept Refinement” and TO 2 – “Weapon Development and Preliminary Testing”. (b) Prepare a technical proposal only for TO 3 – “Weapon Performance Demonstration”. The proposals will be reviewed and evaluated using the Proposal Evalfor the identification, generation, and submission to the appropriate environmental regulatory authority, all technical data and documentation required to obtain approval for the use of hazardous material(s) in fabrication and/or testing, and disposal of any associated hazardous wastes. The contractor shall also be aware of, and bring to the immediate attention of AFRL/MNMI, any aspects of the contractor's development and test effort that might potentially affect or be affected by, international treaties related to chemical and/or biological materials (or their surrogates) or weapons, or related test facilities which simulate their production, storage, or test. (7) Data Requirements: The following data submittals are expected to be required for any contract(s) awarded. (a) Monthly status reports, including technical progress, programmatic information (such as major technical decisions), schedule, risk evaluation/mitigations, and appropriate disclosure of actual cost and labor expenditures. Each status report shall specifically address any patents or inventions identified and/or pending, as well as any proprietary data, methodologies and issues (DI-MGMT-80368). (b) Performance and Cost Report (DI-FNCL-80912 or in contractors format). (c) Contract Funds Status Report (CFSR) (DI-MGMT-81468 or in contractors format). (d) Contract Work Breakdown Structure (CWBS) (DI-MGMT-81334 or in contractors format). (e) Any and all analysis, technical data (DI-SAFT-80182B), safety data, Explosive Ordnance Disposal Data (DI-SAFT-80931A), Explosives Hazard Classification Data (DI-SAFT-81299), environmental data, and other documentation required for obtaining warhead component test approval(s), and for receiving, handling, buildup, testing, and storing of the warhead components, or the fuze, as appropriate (DI-MISC-81414). Design analysis reports necessary to facilitate timely approval of test clearances and safety documentation (DI- MISC-80711A; DI-NDTI-80809B; DI-GDRQ-80567A). (f) Development specifications and draft product performance specification(s). (g) Computer Software Product End Item (DI-MCCR-80700). (h) Test plan(s) and test reports for all significant testing (DI-NDTI-80566, 80809B). (i) Final Technical Report and a Technology Transfer Report (DI-MISC-80711A) must be delivered at the end of the program. The Final Report, which will be published in DTIC, must document the entire effort and must include relevant data and results from other technical data that would not otherwise be published. The Final Technical Report must be submitted electronically through secure means in Microsoft Word 2000 or later, or compatible format. The Government must be given authorization to read and write to the electronic document. The final report must fall within a 400 page limit. (j) A record (e.g., agenda, presentation materials, minutes, and tracking of associated action items) of required meetings (DI-ADMN-81249A, -81250A, -81373). (k) The contractor may propose additional elements or submittal of combined elements or Data Item Descriptions (DIDs) as appropriate for the proposed program. (8) Meetings and Reviews: The contractor shall host and conduct meetings throughout the program. The Government anticipates the following program meetings and reviews: Kickoff meeting within 3 weeks of contract start date at contractor’s facilities; Quarterly Design Reviews, alternating between contractor’s facilities and Government facilities at Eglin AFB: and a Final Program Review upon program completion, at Eglin AFB, FL. The contractor may propose an alternate schedule based upon proposed schedule milestones. Additional Program Reviews may be held at times coinciding with key program milestones or decision points, as deemed appropriate by the contractor and Government. The contractor may propose to conduct or participate in informal meetings with subcontractors, Government agencies, or third parties, as deemed appropriate to the program with prior notification of the program manager. Each In-Progress meeting and Program Review shall specifically address any patents or inventions identified and/or pending as well as any proprietary data, methodologies and issues. Contractor shall supply meeting minutes within 3 working days. (9) Proprietary Items: The Government prefers the proposed kill mechanism include no parts, materials, methods, or software that are proprietary. The offeror’s proposal shall identify any proprietary materials, products, software, or processes to be used by the prime or sub contractor or subcontractors in the performance of this program, and to address acquisition of data rights or licenses, or expected recoupment of development costs for those proprietary items that will be integral to the ordnance package design prior to contract award. (10) Security Requirements: There are portions of this program that may be classified. The contractor will follow AFRL security classification guidance or revisions to that guidance. As per foreign disclosure determination, no foreign participation is allowed at either the prime contractor or subcontractor levels. (11) Long Lead Items: Timely execution of the Program may require the purchase of long lead materials and/or hardware. Therefore, the contractor shall identify Long Lead Item requirements to the Government immediately after that need is recognized. (12) Safety: During all phases of the MR ROKM Program, the contractor shall be cognizant of all safety issues and safety requirements related to the design, fabrication and test of the ordnance package. The contractor shall be responsible for contacting and supporting, as necessary, any and all Government safety organizations that may have ordnance package safety oversight responsibilities, such that all safety considerations/issues are adequately addressed in a complete and timely fashion. (13) Risk: During all phases of the MR ROKM Program, the contractor shall identify and track all risks relating to the technical, financial, and schedule aspects of the program. The contractor is responsible for utilizing a Government-endorsed risk evaluation process, determining all major program risks, assigning values to those risks, developing mitigations for those risks, and periodically re-evaluating those risks after the mitigations are applied. The contractor shall make risk evaluation a component of all major technical reviews, and risk items/progress shall be discussed in monthly status reports. (14) Special Requirements: International Traffic in Arms Regulations (Export Control) applies. See continuation at MR ROKM Special Amendment Part 2 NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-JUL-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-OCT-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AFRLERS/MNK-BAA-04-0001/listing.html)
 
Record
SN00914245-F 20051013/051011212427 (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.