Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
MODIFICATION

B -- Airborne Electronic Attack Technology Maturation Study

Notice Date
8/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
ASC-XR-BAA-08-01-01
 
Archive Date
8/17/2010
 
Point of Contact
Anthony L. Fisher, Phone: 9372557761, Nicholas L. Massey, Phone: 2554526
 
E-Mail Address
anthony.fisher@wpafb.af.mil, nicholas.massey@wpafb.af.mil
(anthony.fisher@wpafb.af.mil, nicholas.massey@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
BROAD AGENCY ANNOUNCEMENT TITLE: Capabilities-Based Development Planning, Studies and Analysis (CB-DPS&A) BROAD AGENCY ANNOUNCEMENT TYPE: This is Call 1 to the Open-Ended Broad Agency Announcement posted on 1 Aug 08. BROAD AGENCY ANNOUNCEMENT NUMBER: ASC-XR BAA-08-01 I. PROGRAM DESCRIPTION The primary objective of this Airborne Electronic Attack Technology Maturation Configuration Study is to better understand industry's potential solutions to meet future platform requirements by defining and maturing critical technologies that are required to enable effective airborne communications network attack. Objectives for this effort include: 1) A paper concept design to include a high fidelity/confidence cost estimate of the concept design and associated life cycle costs 2) Identification of all medium and high risk or critical components, assemblies, subsystems, and integrations and demonstration (lab demonstration and/or flight) of those selected by the government Specific descriptions of the above objectives are available in the ACNAE Statement of Objectives which accompanies this call Specific technical details required to bind this technology risk reduction effort are provided in a classified annex to this call. Offerors may request this document via email to the Technical POC listed in Section VII of this document. All requests must include the Offerors Federal CAGE code, a Security point of contact, a mailing address capable of receipt of material up to the SECRET//NOFORN level, and a telephone number for the security point of contact. The project vision is to mitigate a significant portion of the capability and capacity gaps that hamper Department of Defense (DOD) Airborne Electronic Attack (AEA) by pursuing a common delivery system with mature technology to minimize development time and reduce time required for airworthiness certification on multiple airframes. The results of this study could flow into many current and/or planned USAF acquisition programs. II. AWARD INFORMATION The US Government anticipates awarding up to three (3) FFP contracts within a total budget of $3,000,000 for all three. However, the Government reserves the right to not award any contracts or any number up to, but not more than 3 contracts associated with this BAA call. Under this call, configuration analysis is sought to define and mature select critical technologies required to enable effective counter-communications jamming. The goal is to mature these technologies to Technology Readiness Level (TRL) 6+ by the middle of FY12. It is anticipated that this technology will then transition into a formal Engineering, Manufacturing, and Development (EM&D) program. Proposal Schedule (anticipated) Proposal Submission 2 August 2010 Offeror(s) notified of Proposal Award 29 August 2010 Contract Award 12 September 2010 All proposals should be submitted only to the Contracting Point of Contact: Anthony Fisher, ASC/577AESG/PK, 2145 Monahan Way, WPAFB 45433-7224. Period of Performance and Funding All deliverables associated with this study must be received no later than 12 months after contract award. It is anticipated that multiple contracts of up to three contracts of $1,000,000 each will be awarded. Offerors should scope their proposed efforts accordingly. III. ELIGIBILITY INFORMATION Classification: This effort will require the handling, storing and protecting of classified information and classified material items up to and including Top Secret Sensitive Compartmentalized Information. IV. PROPOSAL AND SUBMISSION INFORMATION Due Date and Time: The due date for proposals in response to this announcement is 2 Aug 10. No proposals in any other Research Area will be accepted at this time. Note: Proposals received after the due dates shall be governed by the provisions of FAR 52.215-1(c) (3). The cost of preparing proposals in response to calls under this BAA is not considered an allowable direct charge to any resulting or any other contract; however, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. Refer to ASC-XR BAA-08-01 posted 1 Aug 08 for any proposal requirements and details not expressly set forth herein. All requirements of ASC-XR BAA-08-01apply unless addressed herein. In the event of conflict between the BAA and this Call, this Call takes priority. Offerors should be alert for any additional notices to this BAA Call that may permit extensions to the proposal submission date or otherwise modify this announcement. Proposal Instructions for SOW The technical volume shall include a non-proprietary Statement of Work (SOW) detailing the technical tasks planned to be accomplished under the proposed effort. The attached Statement of Objectives (SOO) hereto provides a discussion of the technical details requiring analysis under this call. The SOO introduces the platform and lists specific mission profiles which must be examined in this Configuration Study. The SOO also summarizes the required platform capabilities which must be thoroughly analyzed and compared to the offeror(s) proposed solution. This analysis forms the bulk of the Configuration Study. The offeror(s) proposal shall provide a Performance Statement of Work (PWS) (DI-MGMT-81606) that clearly describes how they plan to accomplish the study SOO in sufficient detail to allow evaluation in accordance with the following criteria. If an offeror has more than one solution to discuss, a separate proposal for each is required. Proposal Instructions for Technical Proposal These proposal instructions on Capability, Engineering Design, Integration, and Production shall include a discussion of the nature and scope of the technical approach. Summarize both your solution to an AEA capability and your approach to the study described in the SOO. Describe your company's past experience on previous programs/projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer and Program Manager). Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. Describe your capabilities and experience in managing hardware and software development projects, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management. Identify the quality assurance processes and test qualification practices your company employs? Provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise). Describe your capability and experiences in the manufacturing/fabrication of components. Describe your experience, expertise, and capabilities in designing, integrating, and producing modifications (arrays, exciters, cooling subsystems, low band receivers, power generation subsystems, control software, scheduling software, Human - Machine Interfaces, data links, and pods/housings) to Airborne Electronic Attack systems. Describe your experience, expertise, and capabilities in establishing and maintaining FAA or US military airworthiness certification for external pod systems flow on low and high speed aircraft. State if your company's software development processes are certified to the Carnegie Mellon Capability Maturity Model. If so, what level of certification have you achieved, who performed the certification, and what is the date of your certification. We may be interested in visiting your fabrication/modification facility. Please provide a point of contact to schedule a site visit. Proposal Instructions for Price/Business Proposal This proposal is to be submitted in 2 parts, the business and price part. The business part should include any exceptions to terms and conditions. Rational shall be provided for exceptions. The proposal shall be furnished with key activity/milestone schedules. It shall also contain a person hour breakdown by cost element per task to support value is received for the price. Deliverables Data Items: Contract Data Requirements List (CDRL) DI-MGMT-80368/T Monthly Status Report DI-ADMN-81373/T Presentation Material DI-MISC-80711A/T Final Report DI-ADMN-81249A Conference Agenda DI-ADMN-81250A Conference Minutes DI-MGMT-81468/T Contract Funds Status Report (CFSR) - Quarterly DI-NDTI-80566 Test Plan - As Required DD Form 1921 Cost Data Summary Report - Monthly DI-FNCL-80331A/T Funds and man-hour expenditure report - Monthly Contract Work Breakdown Structure Integrated Master Schedule (IMS) - Monthly In accordance with DFARS 227.7103-1, DOD policy is to acquire only the technical data and the rights in that data, necessary to satisfy government needs. The Government desires receiving "Unlimited Rights" to technical data developed under contracts awarded based on proposals received in response to this Call. 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 price/business section of the proposal. 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. Proprietary information shall not be included in the Performance Statement of Work. Those offerors submitting proposals in response to this Call are advised that the Air Force intends to utilize the information provided to help reduce risk and build our acquisition strategy/request for proposal for a future AEA program. Proposals shall be prepared using the following guidelines: Paper Size: 8.5 x 11 inch paper Margins: 1 inch Spacing: Double Font: Times New Roman, 12 point Number of Pages: Volume 1 (technical/management) is limited to no more than 100 single-sided pages total. The Statement of Work is included in the total pages. The cover page, table of contents and resumes are excluded from the page limitations. Volume 2 (cost) has no limitations. Total copies: A total of three (3) hard copies (one original and 2 copies) of both the technical and cost proposal. Per the instructions in ASC-XR BAA-08-01, offerors are also required to submit their proposal volumes on a CD ROM in an electronically searchable text format. PDF format is acceptable. The Government will not consider pages in excess of this limitation. V. PROPOSAL REVIEW INFORMATION (ONE STEP PROCESS) Basis for Award ALL THE EVALUATION CRITERIA SET FORTH BELOW WILL BE USED TO EVALUATE THESE PROPOSALS IN LIEU OF THE CRITERIA SET FORTH IN THE BAA. THE AWARDEE(S) WILL BE SELECTED BASED ON THE BEST VALUE TO THE GOVERNMENT WITH ALL THREE FACTORS FIGURED IN. Evaluation criteria: The selection of one or more studies for award will be based on an evaluation of each offeror's proposal (technical, price, and risk) to determine the overall merit of the proposal in response to the call. The technical aspect, which is ranked higher than the price aspect, shall be evaluated based on the following criteria that are of equal importance: Technical/Management Overall Technical Merits -The proposal demonstrates that offeror has the capability to produce AEA systems and perform modifications to their host platforms. The proposal demonstrates the offeror understands and will address the integration challenges associated with their proposed air vehicle solution to meet the capability needs of a future AEA system. Maturity of Solution - The offeror(s) demonstrate that it is/they are capability and resources are sufficient to accomplish the study objectives for their proposed solution(s) that can meet a transition to a formal acquisition program at Milestone B in 2012. Related Experience - The offeror must demonstrate mastery of the challenges of integrating existing subsystems into their proposed air vehicle solution based on the offeror's capabilities, related experience, facilities, techniques, or unique combination of these which are integral factors for achieving the proposed objectives. The offeror has available qualified technical personnel for the study who are critical to achieving the proposed objectives and have experience with systems integration that meets AEA technical and schedule requirements. Proposal Risk Assessment Proposal risk will be assessed using the technical evaluation criteria. Proposal risk relates to the identification and assessment of the risks associated with an offeror(s) proposed solution to accomplishing the AEA Technology Maturation Configuration Study design implementation and not this configuration study per se. Tradeoffs of the assessed risk will be weighed against the potential payoff. Price This Call anticipates that up to three (3) Firm Fixed Price contracts will be awarded within the total budget of $3,000,000. The offeror's price proposal will be evaluated to assess reasonableness and realism of the proposed effort and to determine that fair value will be received for the specified price. Review and Selection Process a. Categories: The technical and cost proposals will be evaluated at the same time and categorized as follows: i. Category I: Proposal is well conceived, analytically 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 determined to be acceptable, but will be recommended for award based upon availability of funds. They are normally displaced only by other Category I proposals. ii. Category II: Proposal is analytically or technically sound, but requires further development, and may be recommended for award based upon availability of funds, but at a lower priority than Category I. iii. Category III: Proposal is not technically sound or does not meet agency needs and will not be awarded a contract. b. No other evaluation criteria will be used. The technical and cost proposals will be evaluated at the same time. The Air Force reserves the right to select for award of a contract any, all, part or none of the proposal(s) received. VI. AWARD ADMINISTRATION INFORMATION Award Notices: Offerors will be notified whether their proposal is recommended for award, by letter or e-mail, on or about 29 August 2010. VII. AGENCY CONTACTS Technical POC: Robert Matthews, ASC/XRX, (937) 904-4427, robert.matthews@wpafb.af.mil: 2275 D Street, Building 16, Room 0053, Wright-Patterson AFB, OH 45433-7224. Contracting POC: Anthony Fisher mailing address: 1981 Monahan Way BLDG 12, Room 055 Attn: 577 AESG/PK Tony Fisher WPAFB, OH 45433 Phone: 937-255-7761, email address: Anthony.Fisher@wpafb.af.mil Alternate POC is Melvin Boykins, ASC/577 AESG/PK mail address: 1981 Monahan Way BLDG 12, Room 055 Attn: 577th AESG/PK Melvin Boykins WPAFB, OH 45433 Phone: 937-256-9936, email address: Melvin.Boykins@wpafb.af.mil Address any questions via email to either Anthony Fisher or Melvin Boykins listed above in order to avoid delay if one is not available. The acquisition team for this Call is a joint ASC/XR and ASC/303 AESW/XR team. VIII. OTHER INFORMATION Wide Area Work Flow (WAWF): NOTICE: Any contract award resulting from any current ASC/XR call/solicitation 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. Information regarding WAWF-Receipt and Acceptance (RA), including the web-based training and registration, can be found at https://wawf.eb.mil. Support contractors: Offerors are advised that employees of commercial firms under contract to the Government may be used to administratively process proposals, monitor contract performance, or perform other administrative duties requiring access to other contractors' proprietary information. These support contracts include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors. Please review the "Proposal Content Checklist" of Section VIII, paragraph 3 of ASC-XR BAA-08-01. All instructions referenced there apply to this Call except paragraph IV.2.b.ii(3)(d), which is superseded by this Call. You may be ineligible for award if all requirements of this solicitation are not met on the proposal due date. Offerors that anticipate submitting a proposal are requested to submit an e-mail to Anthony.Fisher@wpafb.af.mil and Melvin.Boykins@wpafb.af.mil, containing the name of the contractor, the POC, and the contractor's intent to submit a proposal. This "Intent to Propose" is requested no later than 10 working days prior to date of proposal submittal. This does not preclude an offeror from proposing that does not submit a notice within the designated time. IX. COMPUTER AND NETWORK ACCESS REQUIREMENTS FOR USERS AND EQUIPMENT N/A Statement of Objectives (SOO) for the AEA Technical Maturation and Risk Reduction Configuration Study BAA 1.0 Program Objectives: The AEA configuration study will define and mature select critical technologies to enable effective counter-communications jamming. The goal is to identify, mature and potentially demonstrate that these technologies can be at a Technology Readiness Level (TRL) 6+ by late FY12. It is anticipated that this technology will then be capable of transition into a current or future formal Engineering, Manufacturing, and Development (EM&D) program. This Broad Agency Announcement (BAA) will be approximately a 12-month effort beginning in FY10. 2.0 Contract Objectives: The objective of this effort is to reduce risk by defining and maturing critical technologies that are required to enable effective airborne communications network attack. Specific technology areas to be addressed include (but are not limited to) antenna elements/apertures/arrays/beam formers, radomes, exciters, power amplifiers, receivers, signal processing, signal separation and tracking algorithms, prime power generation devices, communications devices, human interface devices, and intra-system interfaces. Other related considerations include, but are not limited to, cooling, packaging, ruggedness for operation in an airborne environment, aircraft and avionics interfaces, technology readiness level, and manufacturing readiness levels (MRLs). System engineering studies will also include aircraft/pod installation, logistics, and maintenance support/equipment. The contractor will establish Associate Contractor Agreements with the aircraft prime (s) and other contractors (as necessary to complete the objectives outlined below). The contractor proposed SOW for these objectives will be structured with milestones and decision points to facilitate overall risk reduction (work on the following objectives can be conducted in parallel: i.e., one objective does not have to be completed before beginning work on the next objective). The objectives include the following: OBJECTIVE 1. A paper concept design which could provide an operational capability. The contractor analysis and documentation in technical reports and briefings must provide a preliminary design ("PDR" like description) of the proposed system, draft system requirements and expected effectiveness, draft Page 1 of 5 design allocations and design requirement documents (hardware and software), and a description of any/all required aircraft Group A modifications and anticipated impacts of such modifications. The analysis will also include identification of any required Government furnished intelligence data, consideration for MOSA, and applicability to other applications. The studies will include an analysis of projected costs (Group A & B) for development, production, and life cycle sustainment of the entire system (on-board and off-board components). The analysis will also include a draft program schedule including development, ground and flight tests/demonstrations, LRIP, installation, and production. A risk assessment and a risk mitigation plan for the concept design, schedules, and cost are required. Delivery of the "PDR" like briefings and technical reports will be basis for determining success of this objective (A001, A005) OBJECTIVE 2. Identification of all medium and high risk or critical components, assemblies, subsystems, and integrations (e.g., EMC) required for development, production and operation as part of a current/future fielded system and demonstration (lab and/or flight) of those selected by the government. The contractor shall propose a test plan for Government approval. The plan(s) must provide a method to validate an increase in all TRLs to a minimum of TRL-6. The plan and subsequent lab demonstrations will be the basis for determining success of this objective. (A001, A005, A006) 3.0 Deliverable Items: Data Items: The following Contract Data Requirement Lists (CDRLs) are required as a minimum: A001 - Scientific and Technical Reports, Final Report, DI-MISC-80711A/T (One/R), 2 copies of draft and 4 copies of final to one organization A002 - Funds and man-hour expenditure report that breaks out the different objectives, DI-FNCL-80331A/T (monthly), 1 copy of final to four organizations A003 - Contract Funds Status Report (CFSR), DI-MGMT-81468/T (Quarterly), 1 copy each quarter to 4 organizations Page 2 of 5 A004 - Status Report, DI-MGMT-80368A/T, (Monthly), 1 copy each quarter to 4 organizations A005 - Presentation Material, DI-ADMN-81373/T (ASREQ), 1 copy of final to one organization A006 - Test Plan, DI-NDTI-80566 (ASREQ), 1 draft and 2 copies of final to one organization A007 - Contract Performance Report (CPR), (MTHLY), 1 copy each month to 4 organizations A008 - Contract Work Breakdown Structure, (One/R), 1 copy to 4 organizations A009 - Integrated Master Schedule (IMS), (MTHLY), 1 copy each month to 4 organizations A010 - Cost Data Summary Report (DD Form 1921), 1 copy each month to 4 organizations A011- Scientific and Technical Reports (ASREQ), 1 draft and 2 copies of final to one organization 4.0 Performance Plan: Contractor shall manage all tasks and employee performance to ensure the requirements of this contract are performed in accordance with the Statement of Work (SOW) and Service Delivery Summary (SDS) established standards detailed below. The contractor shall develop and implement procedures to identify, prevent and ensure non-recurrence of unacceptable services. The contractor shall make appropriate modifications to processes and practices as directed by the Contracting Officer (CO). The Air Force shall reserve the right to determine contractor performance is unacceptable at any time during contract performance. If performance is found to be unacceptable after initial acceptance, the contractor shall be notified and the CO will take actions allowed under the "Inspection of Services" clause, the SDS above, and other contractual remedies. Page 3 of 5 SERVICE DELIVERY SUMMARY PERFORMANCE REQUIREMENT PERFORMANCE STANDARD METHOD OF MEASUREMENT PERFORMANCE METRICS Sufficient staffing Staffing and efficiency shall be maintained at acceptable levels at all times to ensure completion of the study within the period of performance Progress shall be measured as a percentage of completion against the contractor proposed schedule as determined by government review of the following CDRLS: DI-MGMT-80368/T Monthly Status Report DD Form 1921 Cost Data Summary Report DI-FNCL-80331A/T Funds and man-hour expenditure report Integrated Master Schedule monthly updates No more than a 5% deviation from the milestones contained within the Integrated Master Schedule Sufficient project progress Contractor management of the effort shall be maintained at acceptable levels to ensure efficient execution of both project cost and project schedule The lead contractor program manager (or designated representative) and lead government program manager (or designated representative) shall conduct, as a minimum, bi-monthly discussions of program progress. Said discussions may be conducted either via telephone conversation or face-to-face at a mutually agreed upon location. During these discussions progress, significant results, planned events for the next two week period, and emerging problems/concerns will be brought forth and mitigation activities, where required, agreed upon and implemented No more than a +/- 2 day deviation from planned management meetings as scheduled within the Integrated Master Schedule Page 5 of 5 *NOTE* Please send all classified portions of the RFP to Robert Matthews' address listed in the BAA: 2275 D Street, Building 16, Room 0053, Wright-Patterson AFB, OH 45433-7224
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/ASC-XR-BAA-08-01-01/listing.html)
 
Place of Performance
Address: Unknown, United States
 
Record
SN02240433-W 20100815/100814000010-606f810b1f00b91dd59ebf9dc4a0238c (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.