동향

Directed Energy Effects Research (DEER) - AFOSR

발주처

국가

분야

과학기술과 인문사회

접수기간

~

URL


Directed Energy Effects Research (DEER) - AFOSR Primary Sponsor: Air Force Office of Scientific Research Deadline: 11/1/2002 KEYWORDS COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 1,1999 PSA#2466 SOL PRDA-99-DE04 POC Ms Louise G. McDonough, Contracting Officer, Det 8 AFRL/PKDL POCs: Contracting issues: Ms. Louise G. McDonough, Contracting Officer, Det 8 AFRL/PKDL, 2251 Maxwell Avenue SE, Bldg 499, Room 121, Kirtland AFB, NM 87117-5773, 505/846-9691, fax 505/846-1546 A-INTRODUCTION: The Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), Kirtland AFB, NM is seeking innovative techniques and approaches to AFRL research requirements for Directed Energy Effects Research. The goal of this effort is to develop innovative approaches for determining the susceptibility/vulnerability of U.S. and foreign systems to high-power microwave (HPM) environments. These new approaches would result in improvements over currently used techniques and approaches. The innovative approaches being sought would be applicable to experimental planning and conduct, pre- and post-experiment analysis, and lethality assessments. The metric for a successful white paper will be based on innovative improvements proposed over current techniques and approaches that can obtain useful information with the expenditure of fewer resources. The successful offeror(s) will address one or more of the task areas described in the SOO. The successful offeror(s) will demonstrate extensive knowledge and innovative methods that lead to scientific advancement and breakthroughs in understanding HPM effects and physics principles. The successful offeror(s) will also demonstrate novel methods that improve prediction techniques. AFRL contemplates award of Indefinite Delivery Indefinite Quantity (IDIQ) cost plus fixed fee (CPFF) completion contract(s) under this announcement, but reserves the right to award other types of contracts or non-FAR instruments as appropriate. The government reserves the right to make one, several, or no awards and to incorporate any one or more parts, or all, of the effort in an individual contract. Therefore, all interested firms are encouraged to participate in this action, even if not capable of satisfying the government's entire mission needs. Offer on that part or parts of the work that you do well. A statement of objective (SOO), which outlines four distinct task areas, and examples of related work are provided on the contracting website. While no pre-proposal conference is contemplated for this effort, prospective offerors wishing to visit AFRL facilities listed in the supplemental information package posted on the EPS may do so by contacting the technical POC cited above and arranging a visit. All visits will be escorted. Only questions directly related to the facilities will be answered. All other questions should be submitted in writing or by facsimile transmission to the contracting officer. Answers will be posted on the website as general information to all prospective offerors. B-PROPOSAL PREPARATION INSTRUCTIONS: Offerors shall submit a white paper focusing on innovative approaches (i.e., advancing the state of the art, increasing knowledge and understanding, new and creative solutions to problems, etc.), techniques and unique capabilities which can be applied to work described herein and in the SOO presented on the EPS website. Offerors are advised to ensure that their white papers address all portions of each task area proposed on with special focus on strengths and new ideas rather than merely a documented record of past accomplishments. Offerors otherwise have latitude as to what information is presented in their papers. Possible approaches include a straight discussion of specific portions of the SOO where offerors can present innovative ideasfor accomplishing the work or alternately to illustrate innovative solutions to a "potential" task order (even a hypothetical one of their own creation, although offerors may choose to use one of the samples provided). Any method is acceptable as long as offerors focus on their innovative solutions to problems in the SOO and present a complete picture of each task area proposed. White papers are limited to 10 pages per technology or task area, for a maximum of 40 pages if offering on all four areas. White papers are due 07 Oct 99. Resumes of the program manager and other significant personnel proposed to perform this effort should be included and will not be counted against the 10-page limit. Facilities and equipment to be used may also be identified without regard to the 10-page limit. Margins and Page Count: Use at least 1" margins on top and bottom and " 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, tables of content, 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 white papers up to the page limit. Pages over the page limit 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 proposals should NOT be submitted at the time of white paper submission. They will be solicited, as appropriate, after evaluation of white papers as described below. White papers received after the initial due date may be evaluated dependent upon the availability of funds. While the bulk of the awards are anticipated to be made as a result of the initial submission of offers, this announcement will remain open for three years after date of publication, in order to take advantage of innovative proposals that are of exceptional quality and/or present significant advances not previously identified. Offerors are advised that only one white paper will be accepted every six months. The cutoff date for these semi-annual submissions is the last day in January and July. Offerors which submitted a white paper on a task area(s) for which they did not receive an award are discouraged from submitting additional papers for that area(s) unless they now have something new, innovative or unique to offer as compared to their prior submission. Submit white papers (5 copies) in writing to Det 8 AFRL/PKDL, 2251 Maxwell Avenue SE, Bldg 499, Room 121, Kirtland AFB, NM 87117-5773, Attn: Louise G. McDonough, Re: PRDA 99-DE04. Proposals submitted by fax or Email will not be considered for award. In order to ensure proposals are afforded proper handling, offerors mustmark them with the restrictive language stated in FAR 15.609(a). The cost of preparing proposals in response to this announcement is not an allowable direct charge to any resulting contract or any other contract, but may be an allowable expense to the normal bid and proposal indirect cost in FAR 31.205-18. Only contracting officers are legally authorized to commit the Government. All submissions must reference the above PRDA number and include a unique proposal identification number. C-BASIS FOR AWARD: This is a two-step process. Step 1: White papers will be evaluated by a peer or scientific review process. Government evaluators may contact offerors prior to completion of initial evaluation of white papers as deemed necessary to gain additional information to complete evaluations. Such dialogue will most likely be conducted telephonically, but may be done in writing or face to face as required. To reduce contractor expense, the government will keep such interchange to the minimum time necessary. Step 2: Upon completion of white paper evaluations, offerors whose approaches or unique capabilities are of further interest to the government will be invited to submit the balance of their technical proposal. Notification of selection for further consideration will be in writing. At that time, offerors will be provided a technical description document (TDD, which is essentially a model statement of work) and the requirements for the initial task orders contemplated for award. Offerors shall respond with a contractor statement of work (CSOW) covering all task areas to be included in the basic IDIQ award, and a task order (TO) proposal consisting of a TO CSOW and a cost proposal. Offerors should consider the TDD when drafting their CSOW and may use it as a basis for their CSOW, modified as necessary to reflect their proposal. The TDD is merely a tool and its use will not reflect favorably or unfavorably on an offeror's evaluation. Any offeror who submits a white paper may submit the balance of the proposal, but offerors not expressly invited to do so are discouraged from so doing. Full proposals will not be accepted from firms that did not initially submit white papers for consideration. TO cost proposals will be evaluated for affordability as part of the categorization process. Categorization of proposals will occur as described in Section D below. The government does not contemplate downselecting to a predetermined number of proposals downselection is dependent on the number and quality of proposals received and the availability of funds. Offerors are advised that in the event the government makes two or more awards, subsequent task orders may be competed. After categorization of proposals, the government will enter into negotiations with those offerors selected for award. Model contracts will be forwarded at that time. Cost realism will be assessed for those offers selected for award and price reasonableness will be determined prior to making any award. Should the government enter negotiations with an offeror and be unable to reach a meeting of the minds, that proposal may be displaced by a lower rated proposal and the government may at that time enter into negotiations with an offeror not originally contacted for negotiations. D-EVALUATION CRITERIA: Proposals will be evaluated in accordance with the following evaluation criteria which are in descending orderof importance: (1) The overall scientific and/or technical merits of the proposal, including capabilities and related experience, facilities, innovative techniques or unique combinations of these which are integral factors for achieving proposal objectives; and (2) the potential contributions of the effort to AFRL/DEPE's mission and the extent to which the research effort will contribute to balancing the overall mission program; and (3) affordability. Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773 Email address: mcdonoul@plk.af.mil; Technical issues: Dr. Michael G. Harrison, AFRL/DEPE, 3550 Aberdeen Avenue SE, Bldg 909, Room 216A, Kirtland AFB, NM 87117-5776, 505/8117-5776, fax 505/846-0566, Email address: harrison@plk.af.mil. Information concerning this procurement will be available on the Electronic Posting System (EPS) http://www.eps.gov. The AFRL PRDA/BAA Guide, dated 29 Jun 98, is available at http://extra.afrl.af.mil/policy-guides.htm. The total program budget for this effort is approximately $7.85M over a five-year period.