You are on page 1of 18

BROAD AGENCY ANNOUNCEMENT BAA-08-RD-04 Air Force Research Laboratory/Directed Energy Directorate

ANNOUNCEMENT OVERVIEW BROAD AGENCY ANNOUNCEMENT TITLE: Counter-Electronics High Power Microwave Advanced Missile Project Joint Capability Technology Demonstration (CHAMP JCTD) BROAD AGENCY ANNOUNCEMENT NUMBER: BAA-08-RD-04 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): 12.800 AIR FORCE DEFENSE RESEARCH SCIENCES PROGRAM and 12.910 RESEARCH AND TECHNOLOGY DEVELOPMENT BRIEF PROGRAM SUMMARY: The High Power Microwave Technologies Branch of the Air Force Research Laboratory (AFRL), Directed Energy Directorate (RD), Kirtland AFB New Mexico, is seeking innovative techniques and approaches for the development of non-lethal weapons technology that targets high valued electronic systems. Combatant Commanders (COCOMS) have expressed desires for additional military options against the variety of electronic systems that are used in military, industrial, civil, and asymmetrical applications. To provide viable military options to the COCOMS, the Air Force Research Laboratory, Directed Energy Directorates High Power Microwave Division (AFRL/RDH) is seeking to develop and demonstrate the capability and operational utility of a high power microwave (HPM) aerial demonstrator. The objective of this effort is to develop, test, and demonstrate a multi-shot and multitarget aerial HPM demonstrator that is capable of degrading, damaging, or destroying electronic systems. For this effort, the contractor shall develop a compact HPM payload for integration into an aerial platform. The contractor shall produce five aerial demonstrators. One aerial platform without the HPM source shall be developed for a flight test to demonstrate delivery, controllability, and fuzing. The remaining four aerial platforms with the integrated HPM source shall be developed for flight testing, demonstration, and HPM effects tests. Of the four HPM prototypes, one shall be used for ground tests, two shall be used for flight tests, and the remaining one shall be used as a back-up for the flight test. This is a Broad Agency Announcement (BAA) describing the research area of interest for the CHAMP JCTD program. A single award contract is anticipated with a 36-month technical effort/period of performance. PROPOSAL DUE DATE AND TIME: Proposals are due 15 Jan 2009 12:00 noon, Mountain Standard Time (MST). Proposals received after this due date and time shall be governed by the provisions of FAR 52.215-1(c) (3).

ESTIMATED PROGRAM COST: Anticipated contract funding: FY09: $9M; FY10: $17M; FY11: $10M; FY12: $4M; Total $40M. 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. 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. The proposals submitted in response to this BAA that is selected for award is considered to be the result 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. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. It is anticipated that award under this BAA will be cost plus fixed fee (CPFF), completion form contract, which requires successful offeror 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. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to this BAA. Technical Point of Contact: The technical point of contact for this BAA is Mr. Robert Torres, AFRL/RDHA, Kirtland AFB, NM, Phone 505-846-8054, Email Robert.Torres@kirtland.af.mil. Contracting Points of Contact: The contracting points of contact for this BAA are: Contract Specialist: Ms. Rita Varley, AFRL/RDKP, Kirtland AFB, NM, Phone 505-8464398, Email Rita.Varley@kirtland.af.mil; or Contracting Officer: Ms. Kay Davis, AFRL/RDKL, Kirtland AFB, NM, Phone 505-284-2240, Email Kay.Davis@kirtland.af.mil

BROAD AGENCY ANNOUNCEMENT BAA-08-RD-04 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 technology. Proposals must address the specific requirements of the attached Statement of Objectives, providing viable military options to the Combatant Commanders (COCOMS), the Air Force Research Laboratory, Directed Energy Directorates High Power Microwave Division (AFRL/RDH) in developing and demonstrating the capability and operational utility of a high power microwave (HPM) aerial demonstrator. B. This is a Broad Agency Announcement (BAA) describing the research area of interest for the CHAMP JCTD program. A single award of a contract is anticipated with a 36-month technical effort/period of performance. C. The objective of this effort is to develop, integrate, test, and demonstrate a multi-shot and multi-target aerial HPM demonstrator that is capable of degrading, damaging, or destroying electronic systems. For this effort, the contractor shall develop a compact HPM payload for integration into an aerial platform. The contractor shall produce five aerial demonstrators. One aerial platform without the HPM source shall be developed for a flight test to demonstrate delivery, controllability, and fuzing. The remaining four aerial platforms with the integrated HPM source shall be developed for flight testing, demonstration, and HPM effects tests. Of the four HPM prototypes, one shall be used for ground tests, two shall be used for flight tests, and the remaining one shall be used as a back-up for the flight test. Offeror(s) will require access to classified data to adequately respond to the Governments requirements. Offeror(s) shall contact Capt Michael Leaver, AFRL/RDHA, (505) 853-7553 to verify credentials for transmission over the SIPRnet or to schedule a visit to view classified documents. Only individuals with verifiable credentials at the SECRET level will be granted access. D. CONTRACT DATA REQUIREMENTS LIST (CDRLs). The following data deliverables are representative of the types of data that will be required. The full text CDRLs are included at Exhibit A to the model contract. A001 Presentation Materials A002 Status Report A003 Scientific & Technical Report A004 Developmental Design Drawings and Associated Lists A005 Test Plan A006 Contract Funds Status Report (CFSR) A007 Computer Software Program End Item A008 Software Users Manual A009 Technical Report-Study Services

A010 Integrated Master Schedule (IMS) A011 Contract Work Breakdown Structure (CWBS) A012 Contract Performance Report 2. ANTICIPATED FUNDING Anticipated contract funding: FY09: $9M; FY10: $17M; FY11: $10M; FY12: $4M; Total $40M 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. Robert Torres, AFRL/RDHA, Kirtland AFB, NM, Phone 505-846-8054, Email Robert.Torres@kirtland.af.mil. B. CONTRACTING POINTS OF CONTACT: 1) The contracting points of contact for this BAA are: a) Contract Specialist: Ms. Rita Varley, AFRL/RDKP, Kirtland AFB, NM, Phone 505-846-4398, Email Rita.Varley@kirtland.af.mil b) Contracting Officer: Ms. Kay Davis, AFRL/RDKL, Kirtland AFB, NM, Phone 505-246-2240, Email Kay.Davis@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 this announcement. Foreign owned firms are advised they may be precluded from proposing. These firms are advised to contact the Contracting Point of Contact or TPOC before submitting a proposal to determine whether there are restrictions on receiving an award. 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. Proposals are due 15 Jan 2009, 12:00 noon, Mountain Standard Time (MST). Proposals received after the due date and time specified shall be governed by the provisions of FAR 52.215-1(c) (3). D. Proposals for FAR type contracts should be submitted to: Contracting Specialist: AFRL/RDKP, Attn. Rita Varley, 2251 Maxwell Ave SE, Bldg 424, Kirtland AFB, NM, 87117. Proposals sent to any inappropriate address are ineligible for award. Proposals for FAR contracts sent via facsimile or electronic means will not be accepted. E. 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. Offerors must monitor this system to ensure they receive the maximum proposal preparation time for subsequent amendments as this is the official notification vehicle to request proposals. F. Potential offerors are requested to advise the Contracting Officer if they intend to submit a proposal in response to this BAA. 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. The applicable NAICS code for this announcement is 541712 with a size standard of 500 employees. B. 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. The proposals submitted in response to this BAA that is selected for award is considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. C. AFMCFARS 5352.209-9002 Organizational Conflict of Interest, Alternates III and VI may apply. This issue and the need for this clause and applicable alternates will be resolved prior to the award of any instrument resulting from an offerors proposal. D. Information critical to developing complete and responsive offers to Phillips Research Site (PRS) Contracting and Assistance opportunities can be found on the PRS Contracting and Assistance Information Fact Sheet, which may be accessed at www.kirtland.af.mil/prs/. Information on this fact sheet includes Cost-Proposal Instructions, PRS Representations and Certifications, Proposal Content Checklist and Certifications for Grants and Cooperative Agreements. E. 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 this announcement. 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 DODsponsored 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 contractors proposal must demonstrate that the FFRDC can accept work from other than the sponsor. F. It is anticipated a DD Form 254, Contract Security Classification Specification with a classification level of Secret will be required during the performance of this contract. G. Research areas may involve technology that is subject to U.S. Export Control Laws. The Government anticipates that the award 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. 6. AWARD INFORMATION A. TYPE OF CONTRACT/INSTRUMENT: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. The Government anticipates that the award under this BAA will generally be cost-plusfixed-fee (CPFF), completion form contract, which requires the successful offeror to have an accounting system considered adequate for tracking costs applicable to the contract. A model contract, based on this anticipation, is included as an attachment to this announcement. Offerors proposing this type of contract should carefully review the model contract attached and indicate in their proposal whether or not they take exception to any of the model contract terms and conditions. B. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract pursuant to this BAA. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to this BAA. C. 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. 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 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 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, 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 OfferorsCompetitive 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 under this BAA. 6. You may be ineligible for award if all requirements of this announcement are not met by the proposal due date, time, and place. B. PROPOSAL SUBMISSION 1. Submit with a cover letter, an original, three paper copies, and one electronic copy of the technical proposal and 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) in a PC compatible file format and must be readable by Microsoft Office. The electronic copy of the cost proposal worksheets must be in Microsoft Office Excel 2003 or later version and must contain all cell formulas. Any classified information shall be submitted in a separate classified volume per below instructions. Classified Material Classified proposals should be submitted in accordance with NISPOM and shall be sent either first class or overnight mail to the address below. AIR FORCE RESEARCH LABORATORY/RDHA ATTN. BAA 08-RD-04 3550 ABERDEEN AVE SE KIRTLAND AFB, NM 87117 Mark the inner wrapper to the attention of Robert Torres or Capt Michael Leaver, AFRL/RDHA.

Do not hand-carry classified proposals. The Government expects the technical proposals to be classified appropriately and the cost proposals to be unclassified. Offerors shall separate classified material into a separate portion marked volume while maintaining least impact to unclassified volume content/information. Proposals containing unclassified information shall be sent to the PCO. The contractor will not submit any materials containing SCI classified information in response to this BAA. 2. 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 www.kirtland.af.mil/prs. Offerors may be required to provide proposal specific representations and certifications identified and requested by the cognizant contracting officer. 3. 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 nonGovernment 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 the Government 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. Offerors 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, 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 BAA, 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 offerors 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. Include a risk assessment of key technical, schedule or cost areas and their potential impact on the program. Identify why proposed subcontractors were selected and what tasks they are to perform. (4) Contractors Statement of Work (C-SOW): (A) The C-SOW, a stand-alone document, should detail the work 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 ext ent 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.). (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 to be investigated, objectives/goals, and major milestones 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, and the applicable C-SOW paragraph in Block 5 of the associated CDRL. Although the cost to prepare CDRL materials is included in the basic price, provide an estimate cost specific to each CDRL proposed. Please complete Block 17 and 18 of each CDRL as follows:
Item 17. Specify appropriate price group from one of the following groups of effort in developing estimated prices for each data item listed on the DD Form 1423.

a. Group I. Definition - Data which is not otherwise essential to the contractor's performance of the primary contracted effort (production, development, testing, and administration) but which is required by DD Form 1423. Estimated Price - Costs to be included under Group I are those applicable to preparing and assembling the data item in conformance with Government requirements, and the administration and other expenses related to reproducing and delivering such data items to the Government. b. Group II. Definition - Data which is essential to the performance of the primary contracted effort but the contractor is required to perform additional work to conform to Government requirements with regard to depth of content, format, frequency of submittal, preparation, control, or quality of the data item. Estimated Price - Costs to be included under Group II are those incurred over and above the cost of the essential data item without conforming to Government requirements, and the administrative and other expenses related to reproducing and delivering such data item to the Government. c. Group III. Definition - Data which the contractor must develop for his internal use in performance of the primary contracted effort and does not require any substantial change to conform to Government requirements with regard to depth of content, format, frequency of submittal, preparation, control, and quality of the data item. Estimated Price - Costs to be included under Group III are the administrative and other expenses related to reproducing and delivering such data item to the Government. d. Group IV. Definition - Data which is developed by the contractor as part of his normal operating procedures and his effort in supplying these data to the Government is minimal. Estimated Price - Group IV items should normally be shown on the DD Form 1423 at no cost. Item 18. For each data item, enter an amount equal to that portion of the total price which is estimated to be attributable to the production or development for the Government of that item of data. These estimated data prices shall be developed only from those costs which will be incurred as a direct result of the requirement to supply the data, over and above those costs which would otherwise be incurred in performance of the contract if no data were required. The estimated data prices shall not include any amount for rights in data. The Government's right to use the data shall be governed by the pertinent provisions of the contract.

(5) Milestone Chart: A Milestone Chart should indicate when specific objectives are expected to be met in the overall program schedule and should identify the specific accomplishments necessary to proceed to the next task. Provide a schedule of when the deliverable items identified are to be delivered. (6) 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. (7) 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 10

number, brief summary of results, dollar value, and a technical and contracting point of contact, including phone numbers, for the funding organizations. (8) Management Plan: Offerors should provide an approach that demonstrates the ability to effectively and efficiently manage and administer the research program to a successful conclusion. (9) 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 including the C-SOW shall be limited to 100 numbered pages, single spaced, double-sided, 8.5 by 11-inch pages. Select an easy to read font no smaller than 12 pitch fixed or proportional font size 10 or larger. Smaller type may be used in figures and tables as long as it is clearly legible. The page limitation includes all information i.e., indices, photographs, foldouts (2 page), appendices, attachments, resumes, C-SOW, etc. Each printed side counts as one page. Blank pages, title pages, tables of content, lists, tabs or cover sheets are not included in the page count. The Government will not consider pages in excess of this limitation. 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 this BAA, 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 (PCO) 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, www.kirtland.af.mil/prs to prepare the cost proposal. 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 75 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. Referenced documents are available at http://www.kirtland.af.mil/prs/. (1) Completed representations and certifications and any specific representations and certifications identified in this BAA.

11

(2) 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. 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 this announcement, 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, time, and place. 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 offerors 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: Overall scientific and technical merits of the proposal; Innovation demonstrated by technical and business approach, and past experience; Fund 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 to the extent appropriate. 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.

12

3. CATEGORY III: Proposals not technically sound or do not meet agency needs 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 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 15.505 and 15.506 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. 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. 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 Governments unit acquisition cost is $5,000 or more;

13

subassemblies, components, and parts embedded within an item valued at $5,000 or more; or items for which the Governments 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 Governments 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 governments unit acquisition cost is the contractors 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, general & administrative 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. NOTICE OF EARNED VALUE MANAGEMENT SYSTEM (APR 2008) DFARS 252.234-7001 (a) If the offeror submits a proposal in the amount of $50,000,000 or more (1) The offeror shall provide documentation that the Cognizant Federal Agency (CFA) has determined that the proposed Earned Value Management System (EVMS) complies with the EVMS guidelines in the American National Standards Institute/Electronic Industries Alliance Standard 748, Earned Value Management Systems (ANSI/EIA-748) (current version at time of solicitation). The Government reserves the right to perform reviews of the EVMS when deemed necessary to verify compliance. (2) If the offeror proposes to use a system that has not been determined to be in compliance with the requirements of paragraph (a)(1) of this provision, the offeror shall submit a comprehensive plan for compliance with the guidelines in ANSI/EIA-748. (i) The plan shall (A) Describe the EVMS the offeror intends to use in performance of the contract, and how the proposed EVMS complies with the EVMS guidelines in ANSI/EIA748; (B) Distinguish between the offerors existing management system and modifications proposed to meet the EVMS guidelines; (C) Describe the management system and its application in terms of the EVMS guidelines; (D) Describe the proposed procedure for administration of the EVMS guidelines as applied to subcontractors; and (E) Describe the process the offeror will use to determine subcontractor compliance with ANSI/EIA-748. (ii) The offeror shall provide information and assistance as required by the Contracting Officer to support review of the plan. (iii) The offerors EVMS plan must provide milestones that indicate when the offeror anticipates that the EVMS will be compliant with the guidelines in ANSI/EIA-748. (b) If the offeror submits a proposal in an amount less than $50,000,000

14

(1) The offeror shall submit a written description of the management procedures it will use and maintain in the performance of any resultant contract to comply with the requirements of the Earned Value Management System clause of the contract. The description shall include (i) A matrix that correlates each guideline in ANSI/EIA-748 (current version at time of solicitation) to the corresponding process in the offerors written management procedures; and (ii) The process the offeror will use to determine subcontractor compliance with ANSI/EIA-748. (2) If the offeror proposes to use an EVMS that has been determined by the CFA to be in compliance with the EVMS guidelines in ANSI/EIA-748, the offeror may submit a copy of the documentation of such determination instead of the written description required by paragraph (b)(1) of this provision. (c) The offeror shall identify the subcontractors (or the subcontracted effort if subcontractors have not been selected) to whom the EVMS requirements will apply. The offeror and the Government shall agree to the subcontractors or the subcontracted effort selected for application of the EVMS requirements. The offeror shall be responsible for ensuring that the selected subcontractors comply with the requirements of the Earned Value Management System clause of the contract. (End of provision) F. Offerors who have forward pricing rate agreements (FPRAs) and forward pricing rate recommendations (FPRRs) should submit them with their proposal. G. 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 Programs (OFCCP) prior to award of a contract (or subcontract) of $10,000,000 or more unless the contractor is listed in OFCCPs 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. H. BASE SUPPORT. The contractor shall have access to buildings 323 (4000 sq ft) and 66071 (10,650 sq ft) for fabrication, experimentation, measurements, testing, and integration, and office space for approximately 10-15 people. Equipment in each facility is available for use by the contractor. Contractors that require office space at these facilities will be provided a computer connected to the AFRL network, and if necessary SIPRNET terminals. If ACES is proposed Government furnished information (GFI) shall include Advanced Counter Electronics Source (ACES) technical specification and development documentation. I. INFORMATION TECHNOLOGY SECURITY. (1) The requirements in paragraph (3) below shall be included in all SOWs that involve contractors requiring access to any AFRL computer system. This applies to AFRL Phillips Research Site (PRS) new contracts, modifications to current contracts,

15

and issuance of task orders, purchase orders, or delivery orders, which meet the above criteria. EXAMPLES: This can include, but is not limited to: Contractors requiring a computer account on any PRS computer systems; Contractors performing maintenance or repair of PRS computer systems; Contractors performing network support services, for example, local area network (LAN) server administration; Contractors working on a research project that involves accessing PRS C4 systems, such as to provide data acquisition or other support services; On-site or off-site contractors with access to PRS C4 systems who are working on a PRS software development project; Contractors performing work related to reuse or disposal of PRS C4 assets; etc. (2) The SOW requirement does the following: Prohibits contractors from attaching unauthorized computer hardware or software to the PRS network; Requires contractors with access to PRS information technology assets to comply with PRS computer security requirements; Requires contractors who need a PRS computer account to obtain it via proper channels and inactivate it within one workday when no longer needed; Requires contractor personnel working with or on PRS information technology assets to attend mandatory C4 Systems Security training (IAW 18 Feb 98 AFMC Sup to AFI 33-103); Requires contractors to inform the Contracting Officer (3) STATEMENT OF WORK STANDARD WORDING. If applicable (see above instructions), insert the following wording in your statement of work: INFORMATION TECHNOLOGY SECURITY 1. Acronyms for this section: C4 Systems Command, Control, Communications and Computer Systems COR Contracting Officers Representative PRS Phillips Research Site, an operating location of the Air Force Research Lab (AFRL) CIO Corporate Information Officer DAA Designated Approval Authority 2. The contractor shall comply with the following requirements: 2.1 The contractor is prohibited from attaching any computer hardware to the PRS network, or running any computer software unless it 1) is government furnished equipment, or 2) has been certified and accredited according to current PRS Operating Instructions. Any such requests for reconfiguration, upgrade, or addition of computer hardware

16

or software must be approved by the Phillips Research Site Designated Approval Authority (DAA) Representative via the contractor's submission of a written request to the COR. Contractor use of computer modems on any machine attached to the PRS network is prohibited unless prior written approval is obtained from the PRS DAA Representative. Use of commercial Internet service providers is prohibited unless prior written approval is given by the PRS DAA Representative. 2.2 Contractor personnel using any PRS information technology assets shall comply with all PRS computer security requirements. In addition, should contractor personnel require access to PRS computer networks or databases, they shall inform the COR or Alternate COR, who will arrange for the contractor personnel to complete the required documentation for a new computer account. The contractor shall notify the COR or Alternate COR within one workday of any contractor personnel who no longer require an open account and shall take action to close the computer account with the appropriate PRS office within that same workday. 2.3 All contractor personnel who will be using C4 systems belonging to the federal government to generate, process, store, transfer, or communicate information shall attend mandatory C4 systems security training. The format for the training may be either the Air Force C4 Systems Security Awareness Training program format or an in-house contractor program, subject to agreement by the COR. The training must be completed within the first thirty calendar days of the start of the contract or within the first 10 calendar days for contracts that have a duration of 60 days or less. The contractor shall inform the COR when the training has been completed. The notice shall include the contract number and any applicable task order number, names of contractor personnel who attended and dates of training. 2.4 All contractor personnel who perform daily network management control or administration of information flow responsibilities (i.e., Workgroup Manager or System Administrator) are required to be certified Information Assurance (IA) network professionals. This IA certification is required by Air Force instruction and is obtained by completing Air Force-provided interactive computer-based training (CBT). These IA CBTs are in addition to the mandatory C4 systems security training mentioned above. 2.5 The contractor shall immediately notify the COR of any government C4 system problems or issues which come to their attention which may impact the contractor's or the government's ability to access the systems. 2.6 All contractor personnel who require access to Phillips Research Site (PRS) C4 systems are required to obtain a National Agency Check (NAC) consistent with Public Trust Positions (Standard Form 85P or most current form). The contractor may submit a request to the COR that the government grant contractor employee(s) interim

17

access to the PRS C4 network while awaiting the results of a NAC. Interim access to the PRS C4 network will only be granted after the contractor employees obtain at least a local background files check, and have submitted the appropriate documentation to obtain a NAC. These requests will be processed in accordance with Government information security regulations and policy, and must include PRS Directorate Security Office and DAA Representative approval. These requests may be subject to disapproval. In no case will a contractor be given access to the network, including a group account, until a favorable NAC has been completed or interim access granted by the DAA Representative. Any interim accesses that may be granted may be rescinded at any time by the contracting officer, COR, PRS CIO, Directorate Security Office or PRS DAA Representative at the governments discretion. Any individual who subsequently does not pass the requirements for a full NAC shall not be authorized to work under this effort.

18

You might also like