Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOLICITATION NOTICE

A -- ARGONAUT

Notice Date
9/18/2009
 
Notice Type
Presolicitation
 
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-02
 
Point of Contact
Barbara Steinbock, Phone: (505) 846-2246, Michele Lopez, Phone: (505) 846-5119
 
E-Mail Address
barbara.steinbock@kirtland.af.mil, Michele.Lopez@kirtland.af.mil
(barbara.steinbock@kirtland.af.mil, Michele.Lopez@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
BROAD AGENCY ANNOUNCEMENT BAA-09-RD-02 Air Force Research Laboratory/Directed Energy Directorate ANNOUNCEMENT OVERVIEW BROAD AGENCY ANNOUNCEMENT TITLE: Applied Research reGarding Operationally Novel And Unique Technologies (ARGONAUT) 5-Year Broad Agency Announcement with CALLS BROAD AGENCY ANNOUNCEMENT NUMBER: BAA-09-RD-02 BRIEF PROGRAM SUMMARY: This is a 5-year Broad Agency Announcement (BAA) with CALLS describing the research areas of interest for the Applied Research reGarding Operationally Novel And Unique Technologies (ARGONAUT) program. Multiple awards of contracts of various values and periods of performance are anticipated. Periodically over the next five (5) years, proposal call announcements (CALLS) may be issued in the FedBizOpps/EPS to request proposals for specific research efforts under technical areas. These subsequent CALLS will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical area, and the expected dollar range for proposals received under the CALL. PROPOSAL DUE DATE AND TIME: This BAA will remain open for a period of 5 years from the date of publication. The proposal for the initial CALL shall be submitted within 30 days of the publication of the CALL announcement in FedBizOpps/EPS. Proposals received after the due date and time specified in the CALL shall be governed by the provisions of FAR 52.215-1(c) (3). Proposal due dates and times for subsequent CALLS will be specified in each CALL. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS AT THIS TIME. INDIVIDUAL CALL ANNOUNCEMENTS WILL BE POSTED REQUESTING PROPOSALS. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per contract or award) is: FY10 $8.0M; FY11 $11.0M; FY12 $11.0M; FY13 $11.0M; FY14 $8.5M, for a total program funding of $49.5M. 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. INDIVIDUAL CALL ANNOUNCEMENTS WILL HAVE THE SPECIFICS REGARDING PROJECTED FUNDING. 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 CALLS issued pursuant 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 FedBizOpps/EPS http://www.fbo.gov in the event this announcement is amended or CALLS are issued. TYPE OF CONTRACTS/INSTRUMENTS: The Government may award any appropriate contract type under the Federal Acquisition Regulation. The Air Force may also consider award of an appropriate technology transfer mechanism if applicable. It is anticipated that awards under this BAA will generally be cost plus fixed fee (CPFF), completion form contracts. However, Indefinite Delivery Indefinite Quantity (IDIQ) contract(s) with cost plus fixed fee completion task orders may be considered, which require successful offerors to have an accounting system considered adequate for tracking costs applicable to the contract. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per CALL and/or Topic Area. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to a CALL. Technical Point of Contact: The technical point of contact for this BAA is John Milligan, AFRL/RDTA, Kirtland AFB, NM, Phone 505-846-4407, Fax 505-853-6610, Email john.milligan@Kirtland.af.mil. Contracting Points of Contact: The Contracting Officer for this BAA is: Ms Michele Lopez, Det 8 AFRL/RDKB, Kirtland AFB, NM, Phone 505-846-5119, Fax 505-846-1546, Email: Michele.Lopez@Kirtland.af.mil. or Ms. Barbara Steinbock, Det 8 AFRL/RDKB, Kirtland AFB, NM, Phone 505-846-2246, Fax 505-846-1546, Email: Barbara.Steinbock@Kirtland.af.mil. BROAD AGENCY ANNOUNCEMENT BAA-09-RD-02 Air Force Research Laboratory/Directed Energy Directorate FULL TEXT ANNOUNCEMENT 1. REQUIREMENT DESCRIPTION A. The Air Force Research Laboratory (AFRL) Directed Energy Directorate (RD) is interested in receiving proposals from all offerors to advance the state-of-the-art and scientific knowledge in directed energy (DE) through research, development, modeling, simulation, analysis and technology demonstrations. Proposals that demonstrate a breadth of technical expertise and personnel who are knowledgeable in directed energy and space research and development are of particular interest. Directed energy areas include two broad frequency regions of the electromagnetic spectrum: the "optical" regions—infrared (IR), visible, and ultraviolet (UV)—for both High Energy Laser (HEL) and Low Energy Laser (LEL) applications; and the high-power microwave (HPM) region. Space areas include: Space Situational Awareness (SSA), space superiority, and satellite assessment. Offerors are highly encouraged to contact the technical points of contact listed in the specific CALL’s to determine technology relevance and the Government’s estimate of available funding that could be applied to each of the topic areas. Anticipated CALL topic areas include : 1)Directed Energy (DE) Applications – The contractor shall conceptualize, define requirements, and develop preliminary designs and options for the advancement of innovative DE and Space research and development. This task includes advancing the state-of-the-art for laboratory and field demonstration systems through requirements interpretation, information assessment, technology conceptualization, and preliminary design and development of specialized hardware/software required by the government for rapid response requirements in preparation for transition to the warfighter. 2)Space Situational Awareness Programs – The contractor shall develop specialized hardware/software systems including design, analysis, fabrication, installation, test, and fielding of systems for rapid response requirements. Research efforts include: ground, air and space based systems and concepts with applicability to the DoD Space Superiority mission and AFRL’s role through the focused long term challenges. 3)Active & Passive Satellite Imaging – The contractor shall develop, analyze, and demonstrate active and passive imaging concepts for the imaging of satellites and other space objects of interest including those in low earth orbit (LEO), medium earth orbit (MEO), geosynchronous earth orbit (GEO), and elliptical orbits. These concepts shall be demonstrated at AFRL facilities such as the Starfire Optical Range (SOR) and the Maui Space Surveillance Site (MSSS), and at the contractor facilities. 4)Modeling, Simulation and Analysis (MS&A) – The contractor shall develop algorithms, interfaces, code and a collaborative environment to better model the diverse needs of RD & RV. The contractor shall perform concept design, technology trades, and performance analyses for DE and space systems using high-fidelity codes for modeling and simulation physical phenomena. 5)Technology Demonstrations – The contractor shall provide concept development, analysis, testing, and execution related to DE systems including lasers, high power microwaves, beam control and fire control technical areas. Research efforts shall lead to the development and fielding of systems with optimized architectures, components, prime power and integrated thermal management. Research and development into these areas should address scalability to high average power, Size, Weight and Power (SWaP) analyses, and the effects across the weapon platform. Specific emphasis will be given to advancing a more realizable SSL system when integrated into an operational platform by reducing: power lost to heat (wasted energy), thermal beam distortion (better beam quality), size & weight (more mobile), cost (affordable), and complexity (more rugged). 6)Wargaming – Wargaming activities include the development of weapon simulators and a network environment for multi-agency wargames. The contractor shall provide scripts, algorithms, visualization tools and interfaces necessary to conduct military utility studies. 7) Battlespace Environment Programs – Provide an ability to specify, forecast, mitigate, and exploit environmental impacts to enable next-generation and generation-after-next space systems. Provide system design involving RF, IR, Visible, and UV propagation to and from space platforms, including the propagation of laser light to and from space. 8) Optical Components Engineering Lab (OCEL) and Optical Component Analysis R&D - Develop and integrate large, lightweight optics for High Energy Laser (HEL) applications and innovative optical metrology techniques, including both lightweight space/aerospace structures and terrestrial optical systems. B. This is a 5-year Broad Agency Announcement (BAA) with CALLS describing the research areas of interest for the Applied Research reGarding Operationally Novel And Unique Technologies (ARGONAUT) program. Multiple awards of contracts of various values and periods of performance are anticipated. The 5-year ARGONAUT Broad Agency Announcement is being initiated via release of this baseline BAA 09-RD-02. NO PROPOSALS ARE BEING REQUESTED AT THIS TIME. Periodically over the first 5 years (calculated from the baseline BAA publication date), proposed CALL announcements under the BAA may be issued in the FedBizOpps/EPS to request proposals for specific research efforts under technical topic areas. These subsequent CALLS will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the expected dollar range for proposals received under the CALL. Each CALL will specify a proposal due date and time. Proposals received after the stated due date and time will be governed by FAR 52.215-1(c)(3). Multiple subsequent CALLS are anticipated and may be announced sequentially or concurrently in the FedBizOpps/EPS. The Government reserves the right to re-issue a previously announced CALL area with a second, subsequent proposal period. The Government also reserves the right to issue no CALLS for any given technology area. C. The following data deliverables are representative of the types of data that may be required: (a) Program Plan with updates as needed; (b) Monthly Status/Financial Reports; (c) Scientific & Technical Report, draft and final; (d) Presentation Materials, and (e) Test Plan. 2. ANTICIPATED FUNDING: Anticipated funding for the program (not per contract or award) is: FY10 $8.0M; FY11 $11.0M; FY12 $11.0M; FY13 $11.0M; FY14 $8.5M, for a total program funding of $49.5M. 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). 1) The technical point of contact for this BAA is Mr. John Milligan, AFRL/RDTA, Kirtland AFB, NM, Phone 505-846-6078, Fax 505-853-6610, Email: john.milligan@Kirtland.af.mil.. 2) Each subsequent CALL will include specific technical area(s) point(s) of contact. B. CONTRACTING POINTS OF CONTACT: The contracting point of contact for this BAA is: Contracting Officer: Ms. Barbara Steinbock, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone 505-846-2246, Fax 505-846-1546, Email: Barbara.Steinbock@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 CALL announcements. 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. Request for proposals for any CALL under this BAA shall be submitted within 30 days of the publication of the announcement in FedBizOpps/EPS. Proposal due dates and times will be specified in each CALL. Proposals received after the due date and time specified in the CALL shall be governed by the provisions of FAR 52.215-1(c)(3). D. There will be no other announcement issued for this requirement. Offerors MUST monitor FedBizOpps/EPS http://www.fbo.gov in the event this announcement is amended or CALLS are issued. Offerors must monitor the system to ensure they receive the maximum proposal preparation time for subsequent amendments as this is the official notification vehicle to request proposals. Offerors are advised to monitor the website to ensure timely receipt of notifications. E. Potential offerors are requested to advise the contracting officer if they intend to submit a proposal in response to a CALL. 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. 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 CALLS issued pursuant 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. B. AFMC 5352.209-9002, Organizational Conflict of Interest may be applicable to this action but cannot be definitively determined prior to issuance of this announcement or subsequent CALLS. Previous experience indicates the probable inclusion of Alternates III, IV, and VI. This issue and the need for applicable clauses will be resolved during each Call and prior to the award of any contract resulting from an offeror’s proposal. C. Information critical to developing complete and responsive offers to Phillips Research Site (PRS). Contracting and assistance opportunities can be found in the PRS Contracting and Assistance Information Factsheet, which may be accessed at www.kirtland.af.mil/PRS/. Information on the factsheet includes Cost Proposal Instructions, PRS Representation and Certifications, Proposal Content Checklist. D. 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 CALLS issued pursuant to this BAA. 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. E. 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. F. Because the BAA solicitation and CALL award process provides for awarding such a wide range of contracts, it is not possible to include all of the required and potentially desired provisions, clauses, terms, and conditions applicable given to any contract award that might result from a particular CALL. A model contract will be provided to each apparent successful offeror for review and comment as part of the CALL solicitation and award process. Please contact the Contracting Point of Contact listed above should you have questions or concerns. G. Work performed under any resulting contract(s) may be classified up to the Top Secret and/or Sensitive Compartmented Information (TS/SCI) and/or SAP/SAR level. The contractor(s) who is/are selected for an award shall be required to obtain the appropriate facility and/or personnel clearances. A DD Form 254, Contract Security Classification Specification, with a classification level of Top Secret may be required during the performance under resultant contract(s). Specific security classification specifications will be identified in each CALL. 6. AWARD INFORMATION A. It is anticipated that this BAA will remain open for a period of 5 years from the date of publication. This BAA will be reviewed annually. Any updates or possible cancellation will be issued as an amendment to the BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of FAR 35.016 to publish the BAA no less frequently than annually. B. TYPE OF CONTRACT/INSTRUMENT: The Government may award any appropriate contract type under the Federal Acquisition Regulation. The anticipated type of contract will be issued in each CALL. 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 a mix of contract types will be used throughout the life of this BAA. Award(s) under this BAA will generally be cost plus fixed fee, completion form contract(s), which require successful offerors to have an accounting system considered adequate for tracking costs applicable to the contract. Indefinite Delivery/Indefinite Quantity (IDIQ) contract(s) with Cost Plus Fixed Fee (Completion) Task Orders may be considered. In the event an IDIQ type of contract is proposed, potential offerors are advised that during the course of the contract, the maximum dollar amount of the contract is subject to adjustments that may be appropriate for the Government to take full advantage of the contract ordering period. NOTE: If an ID/IQ type contract is proposed, a C-SOW is required for both the Basic ID/IQ contract and any Individual Task Order(s). C. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per CALL and/or Topic Area. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to a CALL. 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. Adequate price competition is anticipated; however, if not achieved, and based on dollar amount, a Certificate of Current Cost and Pricing Data will be required. 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 and associated CALLS are 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 CALLS placed pursuant 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, the CALL number, Topic Area, if applicable, 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 for any given CALL unless otherwise specified in the CALL. HOWEVER, SEPARATE PROPOSALS ARE REQUIRED FOR EACH TOPIC AREA SHOULD MORE THAN ONE TOPIC AREA BE ANNOUNCED UNDER ONE CALL. 6. You may be ineligible for award if all requirements of this announcement are not met by the proposal due date and time as identified in each CALL. B. PROPOSAL SUBMISSION 1. Submit with a cover letter, an original, three paper copies, and one electronic copy of the technical proposal and an original, one paper copy, and one electronic copy 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-R) in a PC compatible file format and must be readable by Microsoft Office 2003 or later version. 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 for should be submitted to AFRL/RDKB, Attn: Ms. Barbara Steinbock, 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 http://www.kirtland.af.mil/library/factsheets/factsheet.asp?id=8124. 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, CALL number, and technology area under which the proposal is submitted, a statement that the proposal is valid for 120 days from the due date specified in the CALL, 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, small disadvantaged 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. (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(s) to be supported and the objectives/goals 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. (5) 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. (6) 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. (7) Resumes of Key Individuals: Include brief summaries of resumes of relevant key individuals including any consultants or subcontractors that might be proposed. b. Page Limitations. The technical proposal shall meet all page limitation requirements as specified in each Call. The Government will not consider pages in excess of the specified limitations. 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 each CALL issued, 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, http://www.kirtland.af.mil/library/factsheets/factsheet.asp?id=8124/cpi.aspx to prepare the cost proposal. If proposing an IDIQ Contract, the cost proposal is required for each task order proposed. 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 50 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: (1)A table of all CDRLs proposed from the C-SOW that identifies the applicable C-SOW paragraph for Block 5 of the associated CDRL DD Form 1423 and includes an estimate cost specific to each CDRL proposed (even though the cost to prepare CDRL materials is included in the basic price) to complete Blocks 17 and 18 of each CDRL DD Form 1423. (2)Completed representations and certifications and any specific representations and certifications identified in this BAA. (3)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. Reference documents are available at http://www.kirtland.af.mil/library/factsheets/factsheet.asp?id=8124/. 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 individual CALLS issued under this BAA, 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 will be 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: (1) Overall scientific and technical merits of the proposal; (2) Importance to AFRL/RDT program requirements; (3) Funds 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. 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: Well conceived scientifically and technically sound proposals pertinent to program goals and objectives. Proposals in Category I are recommended for acceptance subject to funding constraints. 2. CATEGORY II: Scientifically or technically sound proposals that may require further development and may be recommended for acceptance, but are at a lower priority than Category I proposals and are not always funded. 3. CATEGORY III: Proposals not technically sound or do not meet agency needs and may be recommended for rejection. 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 assurred, 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. The clause cites three possible electronic formats through which to submit electronic payment requests. Effective 01 October 2006, the Department of Defense adopted Wide Area Work Flow-Receipt and Acceptance (WAWF-RA), as the electronic format for submission of electronic 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 preaward 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 Preaward 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 preaward clearance from the OFCCP. G. ORGANIZATIONAL CONFLICT OF INTEREST (OCI). OCI 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 identified in individual CALLS and resolved prior to the award. H. EXPORT CONTROL: Technical areas may involve technology that is subject to U.S. Export Control Laws. Therefore, only offerors who are certified by the Defense Logistics Information Service (DLIS) may submit proposals. Submit your Form 2345 as evidence of certification. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLDED/BAA-09-RD-02/listing.html)
 
Place of Performance
Address: Various, United States
 
Record
SN01960861-W 20090920/090919000156-02efa55bb7e2c43501aeb92c68c5ebc8 (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.