Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

A -- RECOVERY - HPCM Maui Energy Improvement Initiative (MEII) - CDRLs

Notice Date
7/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, New Mexico, 87117
 
ZIP Code
87117
 
Solicitation Number
BAA-09-RD-06
 
Archive Date
9/12/2009
 
Point of Contact
Crystal Price, Phone: 505-846-2537, Liza Herrera, Phone: 505-846-6644
 
E-Mail Address
crystal.price@kirtland.af.mil, liza.herrera@kirtland.af.mil
(crystal.price@kirtland.af.mil, liza.herrera@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Contract Data Requirements List (DD FORM 1423-1) BROAD AGENCY ANNOUNCEMENT BAA-09-RD-06 Air Force Research Laboratory/Directed Energy Directorate ANNOUNCEMENT OVERVIEW BROAD AGENCY ANNOUNCEMENT TITLE: HPCM Maui Energy Improvement Initiative (MEII) BROAD AGENCY ANNOUNCEMENT NUMBER: BAA-09-RD-06 BRIEF PROGRAM SUMMARY: The HPCM Maui Energy Improvement Initiative (MEII) "will make solar power more efficient, affordable, and applicable to military installations". This project provides the key demonstration steps to bring improvement to the Maui High Performance Computing Center (MHPCC) - DoD Supercomputing Resource Center as a showcase for an energy independent future....this effort... will leave in place a significant power generation capability." The Air Force Research Laboratory (AFRL) is soliciting proposals for an Advanced High Efficiency Photovoltaic System prototype and demonstration for the MEII. This is a Broad Agency Announcement (BAA) describing the research areas of interest/benefit for the RDSMA program. One award is anticipated with a period of performance of 15 months. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to this BAA. PROPOSAL DUE DATE AND TIME: Proposals for all areas will be due by 12:00 p.m., Mountain Daylight Savings Time (MDST) 45 days after publication of the FedBizOpps notification. Proposals received after this due date and time shall be governed by the provisions of FAR 52.215-1(c) (3). ESTIMATED PROGRAM COST: Anticipated funding for the program (not per contract or award): FY 09 $3.888M (All Recovery Act Funding). This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. GENERAL INFORMATION: The applicable NAICS code for this announcement is 541712 with a size standard of 500 employees. This acquisition is unrestricted. This BAA is issued under the provisions of Federal Acquisition Regulation paragraph 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. There will be no other announcement issued for this requirement. Offerors MUST monitor FedBizOps/EPS http://www.fbo.gov in the event this announcement is amended. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. It is anticipated that awards under this BAA will generally be cost plus fixed fee, completion form contracts, which require successful offerors to have an accounting system considered adequate for tracking costs applicable to the contract. The American Recovery and Reinvestment Act imposes unique contractual requirements upon contractors receiving funding under the Act. In addition, there are unique program management and transparency requirements that might impact selection of the award instrument, as well as contractor costs. Specific FAR clauses apply and include but are not limited to FAR parts 5.7, 4.15, 25.6, and 52.204. A model contract will be provided to each apparent successful offeror for review and comment as part of the BAA solicitation and award process. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract for this effort. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to this BAA. Technical Point of Contact: The technical point of contact for this BAA is Capt Joseph Dratz, AFRL/RDSMA, Kihei, HI, Phone 808-891-7729, Fax 808-891-1603, email: joseph.dratz@maui.afmc.af.mil. Contracting Points of Contact: The contracting points of contact for this BAA are: Contracting Officer Liza Herrera, Det 8 AFRL/RDKB, Kirtland AFB, NM, Phone 505-846-6644, Fax 505-846-6644, email: liza.herrera@kirtland.af.mil or Contract Specialist Crystal Price, Det 8 AFRL/RDKB, Kirtland AFB, NM, Phone 505-846-2537, Fax 505-846-6644, email: crystal.price@kirtland.af.mil BROAD AGENCY ANNOUNCEMENT BAA-09-RD-06 Air Force Research Laboratory/Directed Energy Directorate FULL TEXT ANNOUNCEMENT 1. REQUIREMENT DESCRIPTION/TOPIC AREAS A. The Air Force Research Laboratory Directed Energy Directorate is interested in receiving proposals from all offerors to advance the state-of-the-art and scientific knowledge in the topics areas below to meet performance, reliability, maintainability, supportability and affordability goals, or which enhance performance or significantly reduce cost, schedule, or risk of existing technologies, are of particular interest. The overall objective of this effort is to provide a solar power demonstration, providing a significant power generation capability, and showing the practical economic and technical feasibility of new high efficiency solar cell arrays. Contributing objectives include: (1) showing the feasibility of integration and assembly process for advanced solar cell modules, (2) demonstrating an expedited manufacturing capability allowing the deployment of a prototype installation, (3) deploying an installation suitable for a technology demonstration and testing, (4) collecting appropriate technical operational data on the installed system, including tracking reliability and expected versus measured efficiency, and (5) working with the MHPCC prime contractor to integrate demonstrated photovoltaic capability into MHPCC facilities. B. This is a Broad Agency Announcement (BAA) describing the research areas of interest/benefit for the AFRL/RDSMA program office. One award is anticipated with a period of performance of 15 months which includes a 12 month technical period of performance and 3 months for delivery of reports and data. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to this BAA. It is anticipated that the performance term of 15 months which includes a 12 month technical period of performance and 3 months for delivery of reports and data will not change should multiple awards be made. C. PHOTOVOLTAIC RESEARCH: The research and development effort will be for high efficiency solar cell modules to achieve 25% (threshold) and 40% (objective) efficiency at a TRL 7 or greater level within the program timeline of one year. This effort seeks to exploit breakthroughs in photovoltaic (solar) cells leading to great improvement in their efficiency and reduction in solar panel size. This demonstration is intended to have a goal of 25% (threshold) and 40% (objective) efficiency in actual field conditions on Maui. Proposals should include the following gates for performance: TRL 6 at six months and TRL 7 at 12 months. Proposer should include additional, clearly measurable, intermediate milestones for each of the gates above. A clear pathway to manufacturability and integration into production solar module/array must exist and be described in the proposal. Technology Readiness Levels (TRLs) for high efficiency photovoltaics are defined below. TECHNICAL READINESS LEVELS DESCRIPTIONS: TRL Photovoltaic Interpretation (based on DoD TRL definition) 6 Subsystem solar cell module demonstrated in field conditions on Maui. 7 Solar cell module prototype system demonstrated in field conditions and performance measured D. The following data deliverables are representative of the types of data that may be required: (a) Presentation Materials; (b) Monthly Status/Financial Reports; (c) Scientific & Technical Final Report, draft and final; (d) Developmental Design Drawings and Associated Lists, (e) Test Plan; (f) Report, Record of meeting minutes; (g) Operating & Maintenance Instructions for R&D Equipment; and (h) Bar Code Identification Report. Data deliverables are subject to negotiations. 2. ANTICIPATED FUNDING Anticipated funding for the program (not per contract or award): FY 09 $3.888M (All Recovery Act Funding). This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. 3. POINTS OF CONTACT A. TECHNICAL POINTS OF CONTACT (TPOC). Capt Joseph Dratz, AFRL/RDSMA, Kihei, HI, Phone 808-891-7729, Fax 808-891-1603, email: joseph.dratz@maui.afmc.af.mil B. CONTRACTING POINTS OF CONTACT: a) Contract Specialist: Ms. Crystal Price, Det 8 AFRL/RDKB, Kirtland AFB, NM, Phone 505-846-2537, Fax 505-846-6644, email: crystal.price@kirtland.af.mil b) Contracting Officer: Ms. Liza S. Herrera, Det 8 AFRL/RDKB, Kirtland AFB, NM, Phone 505-846-6644, Fax 505-846-6644, email: liza.herrera@kirtland.af.mil C. OMBUDSMAN: AFFARS CLAUSE 5352.201-9101 Ombudsman (AUG 2005) is hereby incorporated into this BAA and will be made a part of any awards based on this solicitation. The ombudsman for AFRL is Ms Sue Hunter, AFRL/PK, 1864 4th Street, Bldg 15, Room 225, Wright-Patterson AFB, OH, 45433-7130, Phone 937.255.0432, Fax 937.255.5036, E-mail Sue.Hunter@wpafb.af.mil. 4. COMMUNICATIONS A. Prospective offerors are reminded to contact the technical point of contact to verify interest in the effort to be proposed and the funding availability PRIOR to committing any resources to the preparation of any proposals in response to this announcement. Foreign owned firms are advised they are precluded from proposing. B. Dialogue between prospective offerors and Government representatives is encouraged until submission of proposals. Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the Government. C. Proposals are due by 12:00 p.m., Mountain Daylight Savings Time (MDST) 45 days after the publication of the FedBizOpps notification. Proposals received after the due date and time specified shall be governed by the provisions of FAR 52.215-1(c) (3). D. Proposals should be submitted to: Contracting Officer: Ms. Liza S. Herrera, Det 8 AFRL/RDKB, 2251 Maxwell Ave SE, Kirtland AFB, NM, 87117-5773. Proposals sent to any inappropriate address are ineligible for award. Proposals sent via facsimile or electronic means will not be accepted. E. There will be no other announcement issued for this requirement. Offerors MUST monitor FedBizOps/EPS http://www.fbo.gov in the event this announcement is amended. Offerors must monitor these systems to ensure they receive the maximum proposal preparation time for subsequent amendments as this is the official notification vehicle to request proposals. F. Potential offerors are requested to advise the contracting officer if they intend to submit a proposal in response to this BAA. Such notification is merely a courtesy and is not a commitment by the offeror to submit a proposal. 5. GENERAL INFORMATION Potential offerors are advised of the following: A. The applicable NAICS code for this announcement is 541712 with a size standard of 500 employees. B. This acquisition is unrestricted. This BAA is issued under the provisions of Federal Acquisition Regulation paragraph 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. C. Organizational Conflict of Interest may apply to this action but cannot be determined prior to issuance of this announcement. This issue and the need for applicable clauses will be resolved prior to the award of any instrument resulting from an offeror's proposal. D. Information critical to developing complete and responsive offers to Phillips Research Site (PRS) Contracting and Assistance opportunities can be found on the PRS Contracting and Assistance Information Fact Sheet which may be accessed at www.kirtland.af.mil/prs/. Information on this fact sheet includes Cost-Proposal Instructions, PRS Representations and Certifications, Proposal Content Checklist and Certifications for Grants and Cooperative Agreements. E. Department of Defense (DOD) Federally Funded Research and Development Centers (FFRDCs) (C31 Lab, Lincoln Laboratory, or Software Engineering Institute) may submit proposals in response to this announcement. Other FFRDCs or contractors that propose using FFRDCs not discussed herein shall provide rationale in its proposal that the research is within the purpose, mission, general scope of effort or special competency of the FFRDC and that research to be performed would not place the FFRDC in direct competition with the private sector. The Government does not intend that FFRDCs use privileged information or access to facilities to compete with the private sector. If a contractor proposes using a FFRDC as a subcontractor, other than DOD-sponsored FFRDCs in the capacities discussed in DFARS 235.017, it must provide rationale in its proposal that supports the unique capability of the FFRDC. Also, the contractor's proposal must demonstrate that the FFRDC can accept work from other than the sponsor. F. Research areas may involve technology that is subject to U.S. Export Control Laws. It is anticipated that awards will be unclassified with limited access. Therefore, only offerors who are certified by the Defense Logistics Information Service (DLIS) may submit proposals. For questions, contact DLIS on-line at http://www.dlis.dla.mil/jcp or at DLIS, US/Canada Joint Certification Center, Federal Center, 74 North Washington, Battle Creek MI 49017-4312, (800) 352-3572. 6. AWARD INFORMATION A. TYPE OF CONTRACT/INSTRUMENT: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. Prospective offerors are encouraged to discuss the type of instrument proposed with the appropriate contracting point of contact prior to preparing a proposal. It is anticipated that award(s) under this BAA will generally be cost plus fixed fee, completion form contracts, which require successful offerors to have an accounting system considered adequate for tracking costs applicable to the contract. However, pursuant to the American Recovery and Reinvestment Act, the Air Force will consider to the greatest extent possible firm fixed price contracts. The Government reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation, or Other Transaction (OT) for Prototype, or OT for Research, or similar authority, as these provide greater flexibility and reduced overhead, but may require cost sharing where feasible. The Air Force may also consider award of an appropriate technology transfer mechanism if applicable. All cost plus fixed fee contracts will require successful offerors to have an accounting system considered adequate for tracking costs applicable to the contract. The ARRA imposes unique contractual requirements upon contractors receiving funding under the Act. In addition, there are unique program management and transparency requirements that might impact selection of the award instrument, as well as contractor costs. Specific FAR clauses apply and include but are not limited to FAR parts 5.7, 4.15, 25.6, and 52.204. A model contract will be provided to each apparent successful offeror for review and comment as part of the BAA solicitation and award process. B. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract to this BAA. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to this BAA. D. Proposals are intended to be evaluated, and award made without discussions, unless discussions are determined to be necessary. However, the Government may obtain clarifications to determine proposal acceptability. Discussions may be held with prospective awardees prior to award if needed. In the event the Government is unable to conclude negotiations with the apparent successful offeror(s), it reserves the right to conduct negotiations with another acceptable offeror. 7. PROPOSAL PREPARATION A. GENERAL INSTRUCTIONS: 1. This BAA is an expression of interest only and does not commit the Government to pay for proposal preparation cost. The cost of preparing proposals in response to this BAA is not considered an allowable direct charge to any resulting contract or to any other contract. However, it may be an allowable indirect expense as specified in FAR 31.205-18. 2. Proposals must reference this BAA number, and include a unique contractor generated proposal identification number. Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. 3. Offerors must identify proposal information considered proprietary by marking their proposals with the restrictive language contained in FAR 52.215-1(e), Instructions to Offerors-Competitive Acquisition. 4. DoD policy, per DFARS 227.7103-1, is to acquire only the technical data and the rights in that data, necessary to satisfy government needs. The Government anticipates receiving, as a minimum, "Government Purpose Rights" to technical data developed under contracts awarded based on proposals received in response to this announcement. Data rights offered other than "Unlimited Rights," as defined in DFARS 227.7103-5, should be identified in DFARS clause 252.227-7017, Identification and Assertion of Use, Release, or Disclosure Restrictions, and addressed in the business section of the cost proposal. 5. There are no limits to the number of proposals an offeror may submit under this BAA. 6. You may be ineligible for award if all requirements of this announcement are not met by the proposal due date and time. B. PROPOSAL SUBMISSION 1. Submit with a cover letter, an original, four paper copies, and one electronic copy of the technical proposal and the cost/business proposal. The original and paper copies of technical and cost/business proposals must be in separate volumes. The electronic copy must be submitted on a compact disk (CD) in a PC compatible file format and must be readable by Microsoft Office. The electronic copy of the cost proposal worksheets must be in Microsoft Office Excel 2003 or later version and must contain all cell formulas. 2. Proposals should be submitted to Det 8 AFRL/RDKB, Attn: Ms. Liza S. Herrera, 2251 Maxwell St SE, Bldg 424, Kirtland AFB NM 87117-5773. Proposals sent to any inappropriate address are ineligible for award. Proposals sent via facsimile or electronic means will not be accepted. 3. Prospective offerors are to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA). Offerors can complete electronic annual representations and certifications at http://www.bpn.gov in conjunction with the required registration in the Central Contractor Registration (CCR) database. Offerors must complete other required representations and certifications at www.kirtland.af.mil/prs. Offerors may be required to provide proposal specific representations and certifications identified and requested by the cognizant contracting officer. 4. Offerors are advised that data included in the technical and cost/business proposals submitted to the Government in response to this BAA may be released to non-Government advisors for review and analysis. Any non-Government advisor will strictly serve in an advisory capacity only to the Government evaluators. Non-Government advisors will have appropriate Organizational Conflict of Interest clauses in their contracts with AFRL and will initiate any required Non-Disclosure Agreements. All offerors must clearly indicate in their proposals if they have any objections or concerns regarding the use of non-Government advisors. Offeror's will be contacted prior to the release of a proposal to a non-Government advisor. C. SPECIFIC PROPOSAL PREPARATION INSTRUCTIONS 1. Cover letter A cover letter shall accompany each proposal. The cover letter should identify the BAA number, and a statement that the proposal is valid for 120 days from the due date specified in the BAA, provide technical and contracting points of contact, CAGE code, DUNS number, and include statement indicating if the firm is a small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business,, 8(a), or women-owned small business concern. The proposal must be signed and dated by an authorized official of the organization. 2. Technical Proposal a. Content. The technical proposal must convey an understanding of the problems or limitations of the general technology area and the intended application(s). The technical proposal shall include the following items. (1) Executive Summary: Describe the proposed program, objectives, and approach. A description of the innovation and benefits of the proposed approach and relationship to previous efforts should be discussed. It should summarize the technical issues addressed by the offeror's proposal without repeating the requirements. This should provide a vision of what will ultimately be achieved and what solution this effort will produce. (2) Program Description: Describe the techniques, methods, materials, or ideas that will be addressed in this proposal, their innovation, and to what degree they advance the state-of-the-art. (3) Program Plan: Describe in detail the planned approach and how the plan will be executed. This section should include all technical aspects of the approach. Provide technical detail and analysis necessary to support the technical approach proposed. Clearly identify the core of the intended approach. The "new and creative" solution to the problem(s) should be developed and analyzed in this section. Include a risk assessment of key technical, schedule or cost areas and their potential impact on the program. Identify why proposed subcontractors were selected and what tasks they are to perform. (4) Contractor's Statement of Work (C-SOW): (A) The C-SOW, a stand-alone document, should detail the research to be accomplished under the technical area and should be suitable for incorporation into the awarded document. The proposed C-SOW should summarize the technical methodology and the task description, but not to the extent to make the awarded instrument inflexible. Do not include any proprietary information in the C-SOW. Contractors may request copies of our contracts under the Freedom Of Information Act. Consequently, it is imperative that no company-sensitive information be included in the C-SOW. The C-SOW should include the anticipated deliverables (hardware, software, reports, etc.). NOTE: If an ID/IQ type contract is anticipated, a CSOW is required for both the Basic ID/IQ contract and any Individual Delivery Order(s). (B) The following is offered as a recommended format for the C-SOW. The C-SOW should be structured in three sections; Scope, Applicable Documents, And Requirements. SCOPE: This section includes a statement of what the program covers. This should include the technology area to be investigated, objectives/goals, and major milestones for the effort. It defines the breadth and limitations of the work to be done. APPLICABLE DOCUMENTS: This section includes reference documents needed to identify or clarify the work to be performed. REQUIREMENTS: This section identifies the specific work to be performed. The work effort should be arranged into major tasks and identified in separately numbered paragraphs. Each numbered major task should delineate by subtask the work to be performed and should follow an outline numbering scheme. The C-SOW must identify all reviews and when/where (identify by milestone or task) that will be conducted. It must also identify any and all items (hardware, software, reports, etc.) to be delivered to the Government as a result of the program. When proposing, indicate the appropriate CDRLs for your effort in the C-SOW, and the applicable C-SOW paragraph in Block 5 of the associated CDRL. Although the cost to prepare CDRL materials is included in the basic price, provide an estimate cost specific to each CDRL proposed. Please complete Block 17 and 18 of each CDRL (5) Milestone Chart: A Milestone Chart should indicate when specific objectives are expected to be met in the overall program schedule and should identify the specific accomplishments necessary to proceed to the next task. Provide a schedule of when the deliverable items identified are to be delivered. (6) Facilities and Equipment description: Describe the facilities that can be used to achieve the goals of the program, in terms of manufacturing capability, testing facilities, and/or any relevant specialized equipment. (7) Description of Relevant Prior Work: Provide a list of related previous or current government, commercial, or internally funded work during the past five years. For each such effort, provide the principal investigator, title of effort, contract number, brief summary of results, dollar value, and a technical and contracting point of contact, including phone numbers, for the funding organizations. (8) Management Plan: Offerors should provide an approach that demonstrates the ability to effectively and efficiently manage and administer the research program to a successful conclusion. (9) Resumes of Key Individuals: Include brief summaries of resumes of relevant key individuals including any consultants or subcontractors that might be proposed, as well as any identifying principal investigators if proposed b. Page Limitations. The technical proposal including the C-SOW shall be limited to 15 pages, single spaced, double-sided, 8.5 by 11-inch pages. Select an easy to read font no smaller than 12 pitch fixed or proportional font size 10 or larger. Smaller type may be used in figures and tables as long as it is clearly legible. The page limitation includes all information i.e., indices, photographs, foldouts (2 page), appendices, attachments, C-SOW, etc. Each printed side counts as one page. Blank pages, title pages, tables of content, lists, tabs, resumes, or cover sheets are not included in the page count. The Government will not consider pages in excess of this limitation. 3. Cost/Business Proposal Separate this proposal into a cost section and a business section. a. Cost Section. The cost proposal containing other than cost or pricing data shall be submitted in the format provided in the announcement and is necessary for the Government to perform a cost realism analysis. Adequate price competition is anticipated for this BAA, unless stated otherwise in the announcement. A determination as to the existence of adequate price competition will be made by the cognizant Procuring Contracting Officer on a case by case basis. If adequate price competition is determined not to exist, the Government reserves the right to obtain certified cost or pricing data from the offeror. Based on the type of instrument proposed, use the appropriate cost proposal instructions, which can be found at the following AFRL website, www.kirtland.af.mil/prs to prepare the cost proposal. Submit the electronic copy of the cost proposal worksheets on a compact disk in a PC compatible file format in Microsoft Office Excel 2003 or later version. The file must contain all cell formulas. Cost proposals have no page limitations but offerors are requested to keep cost proposals to 75 pages as a goal. b. Business Section. The business section should contain all business aspects to the proposed contractual arrangement, such as type of contract/instrument, any unique terms and conditions, any exceptions to terms and conditions of this announcement, and any information not technically related. Provide rationale for exceptions. As a goal, offerors are requested to keep the business section to 20 pages. This section should include the following items as appropriate. Referenced documents are available at http://www.kirtland.af.mil/prs/. (1) Completed representations and certifications and any specific representations and certifications identified in this BAA. (2) Completed Proposal Content Checklist. Failure to provide a complete proposal may result in a determination that the proposal is non-responsive and may be eliminated from consideration for award. 8. PROPOSAL REVIEW AND EVALUATION PROCEDURES A. GENERAL. The Government reserves the right to select for award to responsible offerors/contractors any, all, part, or none of the proposals received in response to this announcement, subject to the availability of funds. The technical and cost proposals will be evaluated at the same time. You may be ineligible for award if all requirements of this announcement are not met by the proposal due date and time. At minimum, incomplete proposals may be given lower priority and, although technically acceptable, not awarded due to funding limitations. No further evaluation criteria will be used. B. EVALUATION CRITERIA. The selection of one or more sources for award will be based on an evaluation of each offeror's proposal to determine the overall merit of the proposal in response to this announcement. Proposals willbe evaluated in accordance with FAR 35.016. The proposals will be evaluated utilizing a peer or scientific review process and shall be evaluated based on the following criteria that are listed in descending order of importance: Overall scientific and technical merits of the proposal; Benefit/Interest to AFRL/RDSM programs and the Maui High Performance Computing Center - DoD Supercomputing Resource Center; Fund availability/affordability Price will be a substantial consideration in selecting proposals for awards, but will be secondary to technical considerations. Cost realism and reasonableness shall also be considered to the extent appropriate. Price will be evaluated and may be negotiated if necessary on proposals selected for award. C. REVIEW AND SELECTION PROCESS The technical and cost proposals will be evaluated at the same time and categorized as follows: 1. CATEGORY I: Proposal is well conceived, scientifically and technically sound, pertinent to the 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 (subject to availability of funds) and normally are displaced only by other Category I proposals. 2. CATEGORY II: Proposal is scientifically or technically sound, requiring further development and is recommended for acceptance, but at a lower priority than Category I. 3. CATEGORY III: Proposal is not technically sound or does not meet agency needs. D. AWARD NOTICES Offerors will be notified in writing whether or not their proposal is recommended for award. An award recommendation is not to be construed to mean the award of a contract, is assured, as availability of funds and successful negotiations are prerequisites to any award. E. DEBRIEFINGS When requested, a debriefing will be provided. The debriefing process will follow the time guidelines set out in 10 USC 2305(b)(5), but the debriefing content will vary to be consistent with the procedures set out in FAR 35.016 governing BAAs. 9. OTHER INFORMATION A. SUBCONTRACTING PLANS: Small Business Subcontracting Plans are required under FAR 19.702 for efforts anticipated to exceed $550,000. Prospective offerors shall submit applicable subcontracting plans in accordance with the requirements set forth in FAR 19.704 and DFARS 219.704 along with the technical and cost proposals. Small business is exempt from this requirement. If a company has a master subcontracting plan, as described in FAR 19.701 or a comprehensive subcontracting plan, as described in DFARS 219.702, a copy of the plan shall be submitted with the proposal. The subcontracting plan is a part of the cost/business section of the proposal and will not be included in the page count. B. WIDE AREA WORK FLOW NOTICE: Any contract award resulting from this announcement will contain the clause at DFARS 252.232-7003, Electronic Submission Of Payment Requests, which requires electronic submission of all payment requests. Any contract resulting from this announcement will establish a requirement to use WAWF-RA for invoicing and receipt/acceptance, and provide coding instructions applicable to this contract. Contractors are encouraged to take advantage of available training (both web-based and through your cognizant DCMA office), and to register in the WAWF-RA system. Information regarding WAWF-RA, including the web-based training and registration, can be found at https://wawf.eb.mil/. C. ASSOCIATE CONTRACTOR AGREEMENTS. Associate Contractor Agreements (ACAs) are agreements between contractors working on government contract projects that specify requirements for them to share information, data, technical knowledge, expertise, or resources. The contracting officer may require ACAs when contractors working on separate government contracts must cooperate, share resources or otherwise jointly participate in working on contracts or projects. Prime contractor to subcontractor relationships do not constitute ACAs. For each award, the contracting officer will identify associate contractors with whom agreements are required. D. ITEM IDENTIFICATION AND VALUATION. Any contract award resulting from this announcement may contain the clause at DFARS 252.211-7003, Item Identification and Valuation, (Apr 2005) which requires unique item identification and valuation of any deliverable item for which the government's unit acquisition cost is $5,000 or more; subassemblies, components, and parts embedded within an item valued at $5,000 or more; or items for which the government's unit acquisition cost is less than $5,000 when determined necessary by the requiring activity for serially managed, mission essential, or controlled inventory. Also included are any DoD serially managed subassembly, component, or part embedded within a delivered item and the parent item that contains the embedded subassembly, component, or part. Per DFARS 211.274-3 policy for valuation, it is DoD policy that contractors shall be required to identify the government's unit acquisition cost for all items delivered, even if none of the criteria for placing a unique item identification mark applies. Therefore, your proposal must clearly break out the unit acquisition cost for any deliverable items. Per DFARS 211.274-3 policy for valuation, "the government's unit acquisition cost is the contractor's estimated fully burdened unit cost at time of delivery to the government for cost type or undefinitized line, subline, or exhibit line items" (per DoD, "fully burdened unit costs" to the government would include all direct, indirect, G&A costs, and an appropriate portion of fee.). If you have questions regarding the unique item identification requirements, please contact the contracting point of contact listed above. For more information, see the following website: http://www.acq.osd.mil/dpap/pdi/uid/index.html. E. Offerors who have forward pricing rate agreements (FPRA's) and forward pricing rate recommendations (FPRR's) should submit them with their proposal. F. Pursuant to Far 22.805, a pre-award clearance must be obtained from the U.S. Department Of Labor, Employment Standards Administration, Office Of Federal Contract Compliance Program's (OFCCP) prior to award of a contract (or subcontract) of $10,000,000 or more unless the contractor is listed in OFCCP's National Pre-award Registry http://www.dol-esa.gov/preaward. This registry indicates that the contractor has been found to be "in compliance" within the past two years with The Equal Employment Opportunity (EEO) regulations that the OFCCP is mandated to enforce. The registry is updated nightly and facilities reviewed more than 2 years ago are removed and new ones are added. Award may be delayed if you are not currently listed in the registry and the contracting officer must request a pre-award clearance from the OFCCP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLDED/BAA-09-RD-06/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory/RDSMA, 535 Lipoa Pkwy., Kihei, Hawaii, 96753, United States
Zip Code: 96753
 
Record
SN01875954-W 20090717/090715235656-d1942d4b3a1d0a74d40f212009d3c4c7 (fbodaily.com)
 
Source
FedBizOpps 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.