Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1998 PSA#2245

Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773

A -- BALLISTIC MISSILE TECHNOLOGY PROGRAM RESEARCH AND DEVELOPMENT ANNOUNCEMENT SOL PRDA 99-VI01 DUE 031099 POC Ms Karen Ralston, Contract Specialist (505)846-8501; Ms Janice S. Olson, Contracting Officer (505)846-7601 WEB: Phillips Research Site R&D Acquisitions List, http://www.de.afrl.af.mil/pk/index.html. E-MAIL: Click here to contact the contract specialist or contracting, ralstonk@plk.af.mil or olsonj@plk.af.mil. A -- INTRODUCTION: PRDA 99-VI01. The Air Force Research Laboratory (AFRL) Space Vehicles Directorate (VS) Ballistic Missile Technology Demonstration program office is interested in receiving technical proposals on research to advance and demonstrate the use of technologies for ballistic missile technology programs. Proposals with new or creative research or development solutions for the use of technology demonstrations which enhance the state-of-the-art and scientific knowledge in this field are solicited. AWARD OF CONTRACTS IS SUBJECT TO AVAILABILITY OF FUNDING. Consequently, it is imperative that ALL potential offerors contact the appropriate technical point of contact PRIOR to committing resources to preparing a proposal in response to this Program Resource Development Announcement (PRDA). Refer to section C, Proposal Preparation Instructions for proposal submittal dates. B -- REQUIREMENTS: The Ballistic Missile Technology Demonstration proposals are desired in all facets of ballistic missiletechnologies, as discussed below, including: precision strike of buried targets, missile component reclamation systems, missile surveillance testing, global positioning system receivers with anti-jam capability designed for ballistic missile use, and aero shell materials for reentry vehicles. Proposals, which either enable future ballistic system modernization to demonstrate and meet performance, reliability, maintainability, supportability, and affordability goals, or which enhance performance or significantly reduce cost, schedule, or risk of existing technologies, are of interest. Area 1 -- Precision strike of buried hard targets. Several technologies are being advanced to achieve delivery of a conventional weapon from an ICBM. The key is to update guidance information after the reentry vehicle reenters the atmosphere and comes out of the superheated plasma developed by air friction. As the reentry vehicle slows down, the plasma dissipates and allows radio communication with systems like the global positioning system to occur. This again makes possible an update to the guidance information and enables precision strike. For weapons technology, current penetrator weapons are available for speeds up to 2,500 ft/s. Proposals in this area should address how to deliver, from a conventional ICBM, penetrator weapons at speeds from 4,000 to 6,000 ft/s (1,220 to 1830 m/s) with accuracy of a CEP (Circular Error Probable) of less than 33 ft (10 m). Proposals for new concepts in high g penetrator instrumentation (including areas such as non-volatile memory, recording devices, and sensors), Smart fuzing, g tolerant explosives, and penetrator materials and high g mechanical and packaging designs are being solicited. Proposal should carry the concepts through the design, development and demonstration phases. Area 2 -- Missile component reclamation systems. Efforts in this area would extend the resource recovery and recycle closed loop class 1.3 propellant reclamation technology to class 1.1 propellants. Proposals should address how this technology may be extended, including tests and demonstrations of the proposed methods. Area 3 -- Missile aging and surveillance testing. New testing methods are needed to monitor aging and surveillance of existing missile systems as the useful period for deployment of these systems is extended significantly beyond original intention. This effort will apply new methodology to continued surveillance of fielded systems to ensure national readiness. Area 4 -- Global Positioning System (GPS) receivers with anti-jam capability. Current efforts have tested potential receivers at sub-orbital speeds and environments. Little has been done to develop an anti-jam system. Proposals are sought which would extend the development to ICBM orbital speeds and environments with anti-jam capability and demonstrate these in missile environments. Area 5 -- Aero shell materials. New materials and heat control systems are needed for the conventional ballistic missile weapon and common high-speed aero vehicles. These vehicles glide through the atmosphere and in a flight path designed to slow the vehicles, change direction of path and hit a target precisely. Under these conditions, the aero shell material will undergo more ablation under increased deceleration loads, but still provide a protected, heat controlled, environment. Proposals are sought to develop and test these materials. C -- PROPOSAL PREPARATION INSTRUCTIONS: The Ballistic Missile Technology Demonstration PRDA proposals for Areas 1, 2, 3, 4 and 5 are due by 10 March 1999. Estimate 1 man-year of effort total for each area. Technical point of contact: AFRL/VSDD, Dr Rodney G. Galloway, 505-846-7207, FAX 505-846-5589, email: galloway@plk.af.mil. TECHNICAL PROPOSAL shall address the following sections. (1) Executive Summary, (2) Program Description, (3) Program Plan, (4) Statement of Work (SOW) and Milestone Chart, (5) Facilities and Equipment description, (6) Description of Relevant Prior Work, (7) Management Plan, and (8) Resumes of Key Individuals. The following information describes what should be addressed in the technical proposal. Under Section (1) Executive Summary: Include a description of the proposed program, objectives, approach, and end product addressing any of the technical areas. The information should be innovative fielding new ideas in addressing any of the five technical areas. Under Section (2) Program Description: Describe the ideas which are going to be addressed in this proposal, how these ideas are innovative, and how this will be beneficial to the Air Force in terms of new and innovative technologies. Under Section (3) Program Plan: Describe in detail the proposed Program Plan to address the approach planned and how the plan will be executed. This section should include all technical aspects and how the approach will be executed to come to a solution of the task areas. If additional options are proposed, include the key factors or data needed to proceed to the next phase. Under Section (4) Statement of Work and Milestone Chart Description: Under this section the proposal shall also include a Statement of Work detailing the technical tasks to be accomplished under the proposed effort and be suitable for contract incorporation (no proprietary legends). Milestones should indicate when specific objectives have been met in the overall schedule of the task. Milestones should be specifically indicated in order to proceed to the next task. Under Section (5) Facilities and Equipment Description: Include a description of the facilities which can be used in terms of security classification levels, computational systems, testing facilities, and any specialized equipment. Under Section (6) Description of Relevant Prior Work: Include a list of both in-house efforts funded by internal research funds and contracts funded by others. Include a list of the principal investigator, title of effort, contract number, brief summary of results, and a point-of-contact with the funding organization. Under Section (7) Management Plan: Include an appropriate work breakdown structure and/or assignment chart. Address any major areas of risk including schedule, cost, or technical components. Describe the methods or procedures within the organization used to monitor progress and reassign resources. Under Section (8) Resumes of Key Individuals: Include brief summaries of resumes of relevant key individuals including any consultants or subcontractors that might be proposed. The technical proposal shall be limited to 50 pages (12 pitch or larger type), double spaced, single-sided, 8.5 by 11 inch pages. The page limitation includes all information i.e., indices, photographs, foldouts, appendices, attachments, resumes etc. Margin and Page Count. Use at least 1-inch margins on top and bottom and 1 inch side margins. The binding shall not impair legibility. Both sides of paper may be used. Each printed side of an 8" x 11" sheet counts as a page. Foldouts printed on one side only will be counted as 2 pages. Blank pages, title pages, table of contents, lists of figures, lists of tables, tabs, cover sheets, or blank dividers are not included in the page count. The Government will only read and evaluate proposals up to the page limitation. Pages over the page limitation will be removed prior to evaluation. Use elite type size or equivalent (not smaller than 10 point vertical character height and not more than 12 characters per inch). A ten-point proportional serif font is acceptable, in which case characters per inch measurement does not apply. Typesetting or other techniques to reduce character size or spacing are not permitted. COST PROPOSAL: Cost proposals should be prepared in accordance with instructions entitled "BAA/PRDA Cost Proposal Preparation Instructions" at the AFRL Phillips Research Site contracting Bulletin Board web site, http://www.de.afrl.af.mil/pk/index.htm. The cost information, other than cost or pricing data, requested therein is necessary for the government to perform a cost realism analysis. GENERAL: Data deliverables, including a final report, shall be proposed that will adequately provide the government with sufficient information to ascertain the effectiveness of the offerors operations. Submit Technical and Cost proposals in separate volumes. Proposals shall be valid for a period of not less than 180 days after the due date. Proposals must reference the above PRDA number, include a contractor unique proposal identification number, as well as identify the subject area of the proposal and the applicable AFRL Division. Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. Proposals shall be submitted in original and 5 copies with the original being clearly marked in such a manner as to distinguish it from the copies. Proposals shall be submitted to Det 8 AFRL/PKVI, Attn: Ms Janice Olson, 2551 Maxwell Ave SE, Building 592, Kirtland AFB NM 87117-5773. Do not send proposals to any other address or they may not be considered for award. Proposals submitted by fax or e-mail will not be considered for award. This announcement 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 PRDA is not considered an allowable direct charge to any resulting contract or to any other contract. However, it may be an allowable expense to the normal bid and proposal indirect costs as specified in FAR 31.205-18. Firm Fixed Price or Firm Fixed Price Level Of Effort term contracts are anticipated to be awarded. Proposals are to be submitted by the date specified for this proposal. Any proposal received after the specified date may be evaluated dependant upon the availability of funds. Awards are expected to be made within 120 days of the cut off date. The Government reserves the right to award any resulting contract pursuant to the Research and Development Standard Contract format in DFARS 235.7003. To prepare its proposal and perform services under the contract, the contractor may require access to MilitarilyCritical Technical Data whose export is restricted by US export control laws and regulations. After receipt and evaluation of proposals, the government will determine whether the technology area will be subject to export control laws and regulations and the offerors will be requested to submit an approved DD Form 2345, Militarily Critical Technology Data Agreement, as a condition for award. Contact the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, Michigan 49016-4312, 1-800-352-3572 for further information on the certification and approval process. To be eligible to receive an award, a firm is required to be registered in the DoD Central Contractor Registration Database prior to award of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement, for awards based on solicitations issued after 31 May 98. Firms must register on a one-time basis and annually confirm accuracy and completeness of registration information. Either the CAGE code or a DUNS number will be used to identify the contractor to the paying office. The Government does not intend that Federally Funded Research and Development Centers (FFRDCs) use privileged information or access to facilities to compete with the private sector. If a contractor proposes using an 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. The contractor's proposal must also demonstrate that the FFRDC can accept work from other than the sponsor. Each proposal shall reflect the potential for commercial application and the benefits expected to accrue from this commercialization. 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. Offerors must mark their proposals with the restrictive language stated in FAR 15.609(a). Foreign-owned firms are advised that they may be precluded from becoming a prime contractor. Contract awards are anticipated to be unclassified. For the purposes of this PRDA the business size standard is 1000 employees, SIC 8731. All firms submitting responses must reference this announcement and indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, an 8(a) firm, a woman-owned business, a historically black college or university, or a minority institution. D -- BASIS FOR AWARD: Evaluation will be in accordance with AFMC FARS 5335.016-90. Technical proposals will be evaluated using the following factors in descending order of importance based on scientific peer review: (i) demonstrated technical and scientific merit, (ii) impact of successful development on the performance of space systems, (iii) feasibility of accomplishing tasks, (iv) qualifications, capabilities and experience of key personnel and past performance. Cost proposals will be evaluated using the following factors in descending order of importance: (i) completeness, reasonableness and realism, and (ii) industry contributions. Technical considerations are more important than cost, although cost will be considered a significant factor. No further evaluation criteria will be used in selecting the proposals. Subject to the availability of funds, the Government reserves the right to select for award any, all, part, or none of the proposals received. Multiple awards may be made. When requested, a debriefing will be provided IAW FAR 15.506. A copy of each final report of any resultant contract will be available, subject to national disclosure policy and regulations. E -- ADDITIONAL INFORMATION: This PRDA will be posted on the AFRL Phillips Research Site Contracting Bulletin Board under the Phillips Research Site R&D Acquisitions -- http://www.de.afrl.af.mil/pk/index.htm. AFRL Phillips Research Contracting Bulletin Board POC is John Webb, Det 8 AFRL/PKAX, 505-846-4457. An Ombudsman has been appointed to hear concerns from offerors or potential offerors, primarily during the proposal development phase of this competitive, negotiated acquisition. The purpose of the Ombudsman is not to diminish the authority of the Program Director or Contracting Officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Before contacting the Ombudsman, potential offerors should first communicate with the Contracting Officer. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact the AFRL Ombudsman at the Phillips Operating Location of the Air Force Research Laboratory (AFRL), Mr. Eugene DeWall, Det 8 AFRL/PK, at 505-846-4979, at 2251 Maxwell Ave SE, Building 424, Kirtland AFB, NM 87117-5773. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. For contracting issues please contact either Ms Karen Ralston, Det 8 AFRL/PKVI, Contracting Specialist, at 505-846-8501; or Ms Janice Olson, Det 8 AFRL/PKVI, Contracting Officer, at 505-846-7601, email: olsonj@plk.af.mil. For technical issues, please contact either Dr. Sandra H. Slivinsky, AFRL/VSDD, at 505-846-7222, FAX 505-846-5589, email: slivinss@plk.af.mil; or Dr Rodney G. Galloway, AFRL/VSDD, at 505-846-7207, FAX 505-846-5589, email: galloway@plk.af.mil. Posted 12/16/98 (W-SN280844). (0350)

Loren Data Corp. http://www.ld.com (SYN# 0002 19981218\A-0002.SOL)


A - Research and Development Index Page