Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8, 2000 PSA #2723
SOLICITATIONS

A -- SENSOR ANALYSIS, MODELING AND IMAGING (SAMI), PART 2

Notice Date
November 6, 2000
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL -- Eglin Research Site, 101 West Eglin Blvd, Suite 337, Eglin AFB, FL, 32542-6810
ZIP Code
32542-6810
Solicitation Number
MNK-PRDA-01-0001-2
Response Due
December 27, 2000
Point of Contact
Judie Jacobson, Contract Specialist, Phone (850)882-4294 ext. 3423, Fax (850)882-9599, Email jacobso@eglin.af.mil -- J Duval, Contract Specialist, Phone (850)882-4294, Fax (850)882-9599, Email
E-Mail Address
Judie Jacobson (jacobso@eglin.af.mil)
Description
(7) Security Requirements: SECRET facility and storage clearance requirements apply. EMSEC requirements will apply. The "Guided Weapons Technology Security Classification Guide" Date: 17 May 2000 shall be used as guidance in all security matters related to the SAMI Program. Generation of and access to classified material is not anticipated to respond to this PRDA. (8) Special Requirements: (a) The SAMI contractor periodically will be evaluating hardware and software belonging to other DOD contractors. We therefore anticipate the need for the SAMI contractor to establish Associate Contractor Agreements (ACAs) with these other DOD contractors and interface with them for the duration of the hardware/software evaluation. (b) AFMC FAR Clause 5352.209.9003, POTENTIAL ORGANIZATIONAL CONFLICT OF INTEREST (AFMC) (JUL 1997) (1) There is potential organizational conflict of interest (see FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest) due to the SAMI contractor_s providing evaluation and analysis of hardware and software products under the SAMI effort. Accordingly: (a) Restrictions are needed to ensure that the SAMI contractor is not in the position of evaluating his own hardware/software during the performance of this contract. (b) As a part of the proposal, the offeror shall provide the Contracting Officer with complete information of previous or ongoing work that is in any way associated with the contemplated acquisition. (2) If award is made to the offeror, the resulting contract may include an organizational conflict of interest limitation applicable to subsequent Government work, at either a prime contract level, at any subcontract tier, or both. During evaluation of proposals, the Government may, after discussions with the offeror and consideration of ways to avoid the conflict of interest, insert a special provision in the resulting contract which shall disqualify the offeror from further consideration for award of future contracts. (3) The organizational conflict of interest clause provided in the supplemental package (See F(5)) may be modified or deleted during negotiations. C -- ADDITIONAL INFORMATION (1) Anticipated Period of Performance: Basic Contract 2 Years; Three 1-Year Options. (2) Expected Award Date: The estimated award date is 26 February 2001, with an effective start date of 01 Mar 2001. (3) Type of Contract: The Government anticipates awarding a single IDIQ Task Order Time and Material (T&M) contract for the 2 Year Basic Contract and the Three 1-Year Options. This is an Indefinite Delivery Indefinite Quantity contract as contemplated by FAR 16.504. The maximum dollar amount the Government may order under this contract is $7,500,000.00 over the two year basic year contract and three 1-year option periods; the minimum amount is $500,000.00 over the two year basic contract and three l-year option periods. The Government-determined maximum of $7,500,000.00 under this IDIQ contract is based on program funding history of reimbursable money. (4) Government Estimate: The total contract (in then-year dollars) to execute both the Basic Contract and Options is not to exceed $5M. (NOTE: -- The Government anticipates that the SAMI program then-year-dollars profile for funding available for the SAMI contracted effort will be as follows: FY01 -- $0.5M, FY02 -- $1M, FY03 -- $1M, FY04 -- $1M, FY05 -- $1M, FY06 $0.5M. However, this statement shall not be interpreted as an obligation on the part of the Government to fund the SAMI program at the stated annual levels.) (5) GFP/BASE SUPPORT It is the offeror's responsibility to identify all resources (i.e. hardware, equipment, facilities and support) needed to execute the contract in a timely and cost effective manner, whether the resources are contractor-owned and furnished, or Government-owned and furnished. The offeror's proposal shall not propose or assume the right to use any Government-owned resource, except as noted in this paragraph, unless he has prior written confirmation from the Government PCO that those resources will be available for his use. Therefore, the offeror should forward a detailed list of Government resources that he wishes to include in his proposal to the PCO not later than ten (10) days after the date of publication of this PRDA. The Government will determine the availability of the resources and then notify the contractor within five days as to whether the request has been approved or disapproved. The Government will provide the following facilities and/or equipment: 1) Building 13, Room 113 Computing and Printing facilities and equipment, 2) Building 13 Office Space, Desk, Chair, Phone, for up to four contractor personnel, 3) Building 13 Millimeter Wave Reflectance and Polarimetric BRDF measurement equipment, 4) Site C-3 Ladar Test Range facilities and equipment. (6) Size Status. This acquisition is full and open competition. However, the appropriate NAICS code is 541710 with a small business size standard of 500 employees. (7) Notice to Foreign Owned Firms: A determination has been made for this solicitation, that all foreign participation at the prime contractor level will be prohibited. D -- PROPOSAL PREPARATION INSTRUCTIONS (1) General: A written technical proposal and cost proposal, submitted in separate volumes, are required. Volume 1 should provide the technical proposal addressing the three major task areas of the SAMI program -- Irma, MATADE, and ALADE for the overall effort. Volume 2 should provide three technical proposals for each of the three one year task orders provided in this PRDA. Volume 3 should address the price and cost details of the cost proposal to include Labor Rate Tables. Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-1(e), Instructions to Offerors-Competitive Acquisition (Feb 2000), to trade secrets or privileged commercial and financial information contained in their proposals. Offerors should consider instructions contained in the Proprietary Information, and When and How to Submit sections of the AFMC Pamphlet 64-101, Unsolicited Proposal Guide, which can be provided upon request by contacting Ms. Judie Jacobson, Contract Negotiator, (850) 882-4294, ext. 3423. AFMC Form 190, Policy Agreements does not apply to Program Research and Development Announcements. Additional proposal questions should be directed to one of the points of contact listed in Part F. (2) Technical Proposal: The Volume 1 technical proposal shall include, as a minimum: a statement of work suitable for contract incorporation; the offeror_s technical approach for the entire program; risk management procedures to be applied to the program; identification of key personnel, resources, and critical subcontractors; hardware and/or data deliverables; a proposed program schedule including deliveries for the entire program; and a summary of relevant past and present performance of the proposing corporate division only. The offeror must provide sufficient technical discussion and technical detail to establish the soundness of the proposed approach; provide an adequate basis for assessing program technical cost and schedule risk; and form a sound basis for the cost proposed. The Volume 2 technical proposal shall include, as a minimum: a statement of work suitable for contract incorporation for each of the three attached task orders. The proposal shall include the offeror_s detailed technical approach for each of the tasks; identification of key personnel, and resources; hardware and/or data deliverables; a proposed schedule including deliveries for the tasks. The offeror must provide sufficient technical discussion and technical detail to establish the soundness of the proposed approach; provide an adequate basis for assessing task technical cost and schedule risk; and form a sound basis for the cost proposed. (3) Cost Proposal: Adequate price competition is anticipated. Should adequate price competition not exist after receipt of proposals, the provisions of FAR 15.403-4 shall apply, and you will be asked to provide certifiable cost or pricing data. The Volume 3 cost proposal must include as a minimum 1) A five year labor rate table inclusive of the two years of the basic contract and the three 1-year options shall be submitted by the Prime Contractor. The rate table will designate off-site and on-site personnel and reflect the Average Fully Burdened Labor Rates by labor category for the Prime Contractor inclusive of any applicable base rate, fringe benefits, overheads, G&A, COM, and profit. If a teaming arrangement exits, the Prime Contractor must also provide a rate table for the subject five year period of the subcontractor's average fully burdened labor rates to include applicable base rate, fringe benefits, overheads, G&A, COM, profit, and application of the Prime Contractor's overhead rate and profit application to the subcontractor's rates 2) One cost proposal and strategy plan for the entire five year effort (basic two year effort and three 1-year options), addressing the technical requirements as defined under Section B(3) above. The cost proposal should reflect a cost breakout by fiscal year, to include the number of labor hours and rationale for the number of labor hours and labor skill mix, fully burdened labor rates for the prime and any subcontractor traceable to the Labor Rate Tables, and any projected cost reimbursable material/odc/travel costs. 3) One overall cost proposal for the three task orders attached under Annex __ with a cost break out of the three task order areas, Irma, ALADE, and MATADE, to include the number of labor hours and rationale for the number of labor hours and labor skill mix, fully burdened labor rates for the prime and any subcontractor traceable to the Labor Rate Tables, and any cost reimbursable material/odc/travel costs. 4) Consultants: When consultants are proposed to be used in the performance of the contract, indicate the specific project or area in which such services are to be used. Identify each consultant, number of hours or days to be used and the consultant's rate per hour or day. State the basis of said rate and give your analysis of the acceptablity of the consultant's rate. 5) Facilities Capital Cost of Money: If Facilities Capital Cost of Money is claimed, a properly executed DD Form 1861 is required in support of the dollars proposed. 6) Data for this contract will not be separately priced. 7) Uncompensated overtime (UO) is not encouraged. If UO is used in calculating direct labor rates, please explain how the individuals involved will be paid considering the Government's anticipated 40 hour work week for this effort. 4) Page Limitations: Volumes 1 and 2 shall be limited to a total of 75 pages including resumes, charts, figures, tables, etc. The proposed SOW and CDRLs may be included as an appendix of not more than 50 pages. The Government reserves the right to remove and return to the offeror any excess pages before evaluation starts. Cost proposals have no page limitations, however, offerors are requested to keep the cost proposal to 50 pages as a goal. A page is defined to be one side of an 8.5x11 inch piece of paper with information on it. Minimum print size is 10 point type, or 12 pitch, with line spacing of not less than one and one half for the typeface used. Proposal volumes shall be submitted in one paper original and also an electronic version of the proposal. This version shall be delivered in Microsoft Word 97 format, on a 3.5_ standard IBM- PC compatible floppy diskette. If the document does not fit on a floppy, the offeror shall provide the proposal on an IBM-compatible formatted Iomega ZIP diskette. Electronic proposals shall not contain macros. All responsible sources may submit a proposal that shall be considered against the criteria set forth herein. Authorization for limited reproduction and dissemination within Government agencies and National Laboratories is requested. (5) Preparation Costs: The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract, or any other contract. It is, however, an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Offerors are advised that only the Contracting Officer is legally authorized to contractually bind or otherwise obligate the Government. The US Air Force reserves the right to award one or none contracts based on the proposals received in response to this announcement. If selected for possible award, the offeror will be required to submit a Small, Small Disadvantaged, and Women-Owned Small Business Plan within ten (10) days of notice. E -- Basis for Award: Award Evaluation Criteria: The selection of none or one source for contract award will be based on evaluation of the proposals in response to this PRDA to determine the best value potential for the entire program. Proposals will be evaluated as received using the following areas and factors. No other evaluation criteria will be used in selecting the best proposal. Technical and Cost Area information will be evaluated at the same time. The Technical Area will be considered of higher priority than the Cost Area. The factors under the Technical Area, listed in decreasing order of importance, are: (a) Understanding of the scope of the technical effort, (b) Soundness of offerer_s technical approach as it relates to the following two areas: i) Proposed Statement of Work (Organization, Detail, and Clarity) and ii) Technical Personnel, (c) Relevant Past and Present Performance (d) New and creative solutions. Under the Cost Area, the Cost Proposal will be evaluated for reasonableness and realism. The total cost to be evaluated will include the cost of performing the contract, the cost of Government support, and any other offsets for GFP. F -- POINTS OF CONTACT: (1) Contracting and Cost: Ms. Jeffrey Duval, Contracting Officer, (850) 882-4294, ext 3402, or Ms. Judie Jacobson, Contract Negotiator, (850) 882-4294, ext 3423, at AFRL/MNK, 101 West Eglin Blvd., Suite 337, Eglin AFB FL 32542-6810, or e-mail to duvalj@eglin.af.mil or jacobso@eglin.af.mil, respectively. The AFRL/MNK telefax number is (850) 882-9599. (2) Programmatic and Technical Issues: Mr. Jason Coker, (850) 882-4446, ext 2263, at AFRL/MNGG, 101 West Eglin Blvd., Suite 234, Eglin AFB FL 32542-6810, or e-mail to jason.coker@eglin.af.mil or Mr. Charles Coker, (850) 882-4446, ext 2264, at AFRL/MNGG, 101 West Eglin Blvd, Suite 233, Eglin AFB FL 32542-6810. The AFRL/MNGG telefax number is (850) 882-4128. (3) Ombudsman: An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall 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. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting Officer, Contract Specialist, or the Program Manager identified above. For any other concerns, interested parties may call AFRL/MN_s Ombudsman, Lt Col Mary Quinn, at (850) 882-2872 ext. 3420. (4) General information: This announcement, task orders, a draft organizational conflict of interest clause, and updated or other general information are available via the World Wide Web at http://www.eps.gov. (Look for Solicitation Number MNK-PRDA-01-0001, Keyword: SAMI)
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=MNK-PRDA-01-0001-2&L=1362)
Record
Loren Data Corp. 20001108/ASOL003.HTM (D-311 SN5060B7)

A - Research and Development Index  |  Issue Index |
Created on November 6, 2000 by Loren Data Corp. -- info@ld.com