call 2 description - files.nc.gov€¦  · web viewoptical disks with the microsoft word version...

67
BROAD AGENCY ANNOUNCEMENT FOR THE AIR FORCE RESEARCH LABORATORY ROCKET PROPULSION DIVISION AEROSPACE SYSTEMS DIRECTORATE RESEARCH AND DEVELOPMENT BROAD AGENCY ANNOUNCEMENT BAA-RQR-2017-0002 Call 2 1 December 2016 Proposal Due Date: 30 January 2017 Distribution A: Approved for public release; distribution unlimited. Public Affairs Clearance Number 16239

Upload: hahuong

Post on 04-Jun-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

BROAD AGENCY ANNOUNCEMENTFOR THE AIR FORCE RESEARCH LABORATORY

ROCKET PROPULSION DIVISION

AEROSPACE SYSTEMS DIRECTORATE

RESEARCH AND DEVELOPMENT

BROAD AGENCY ANNOUNCEMENT

BAA-RQR-2017-0002Call 2

1 December 2016

Proposal Due Date: 30 January 2017

Issuing Office: Air Force Test Center, Directorate of Contracting

Edwards AFB, CA

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

Page 2: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

TABLE OF CONTENTS:

BROAD AGENCY ANNOUNCEMENT CALL 2.............................................................................3I. CALL 2 DESCRIPTION......................................................................................................3

I-1. Solid Boost Technology IDIQ.......................................................................................3I-2. Deliverable Items.......................................................................................................5I-3. Schedule......................................................................................................................7I-4. Other Information.........................................................................................................7I-5. SRM M&S Project........................................................................................................8I-6. Air-Launched Booster Project....................................................................................13

II. AWARD INFORMATION..................................................................................................15II-1. Anticipated Funding...................................................................................................15II-2. Type of Contracts/Instruments...................................................................................16II-3. Negotiations...............................................................................................................16II-4. Anticipated Award Date:............................................................................................16

III. PROPOSAL APPLICATION AND SUBMISSION INFORMATION...................................17III-1. Content and Form of Submission for Proposals........................................................17

IV. PROPOSAL CONTENT SUMMARY................................................................................37IV-1. Ineligibility..................................................................................................................37IV-2. Submission Dates and Times....................................................................................37IV-3. Incorrect Submittal.....................................................................................................37IV-4. Funding Restrictions..................................................................................................37

V. PROPOSAL REVIEW INFORMATION.............................................................................37V-1. Proposal Evaluations.................................................................................................37V-2. IDIQ Evaluation Criteria.............................................................................................37V-3. Project Evaluation Criteria.........................................................................................39

VI. PROPOSAL CONTENT CHECKLIST:.............................................................................41

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

Page 3: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

BROAD AGENCY ANNOUNCEMENTCALL 2

BAA-RQR-2017-0001

I. CALL 2 DESCRIPTION

I-1. IDIQ Contract on Solid Boost Technology:

I-1.1. Technology Objectives: The Solid Boost Technology (SBT) effort focuses on the design, development, and demonstration of solid propulsion technologies in support of the RP21 solid boost and orbit transfer (SBOT) specific impulse and mass fraction goals; an advanced air-launched booster (AALB) for long range strike capability; and future solid propulsion (strategic, missile defense, and tactical). Call 2 addresses BAA I-1.1.1, 1.1.2, and 1.1.3 technology needs.

I-1.2. Supplemental Packages: A supplemental information package is available to potential offerors who are authorized to receive restricted technical information. This package includes the specifics of the RP21 SBOT goals and government baseline as well as the AALB requirements. See BAA III-5 about how to request the Call 2 supplemental package.

I-1.3. Scope: Call 2 encompasses all aspects of solid rocket propulsion including but not limited to high performance composite and metallic motor cases, internal and external insulation, nozzle throats and exit cones, thrust vector control and actuators, igniters, energetic propellants and ingredients, energy and impulse management, and modeling and simulation (M&S). BAA Call 2 involves the design, development, and demonstration of solid rocket technologies; characterization of those technologies in representative environments; M&S to fully describe the physics of solid rocket motor (SRM) operation including the effects of manufacturing; and validation of solid rocket technologies and M&S tools.

I-1.4. IDIQ Contract: Due to the wide range of SRM technology areas of interest, AFRL anticipates awarding unique and independent Indefinite Delivery/Indefinite Quantity (IDIQ), Cost-Plus-Fixed-Fee (CPFF) contracts with a Firm-Fixed-Price (FFP) CLIN for the final report of each task order. In order to be considered for an award of a basic IDIQ contract under the ART Call 2 program, offerors must demonstrate the ability to perform all of the activities defined in the Call 2 Scope (I-1.3) to meet the Call 2 Technology Objectives (I-1.1). The anticipated total minimum quantity of supplies or services is $100K.

I-1.5. IDIQ Technology Development Areas: The IDIQ contract will consist of technology development areas (TDAs) based on the scope identified in I-1.3. Under the IDIQ contract, projects will be requested under these technology development areas.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 3 of 43

ART Call 2

Page 4: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

I-1.5.1. TDA1 Solid Rocket Motor M&S: The projects under this TDA are to develop M&S tools to reduce predictive uncertainty in design and analysis of SRMs over current State-of-the-Art (SOTA) methods. This TDA includes development of physicochemical models, coding and software, and unit level/subscale validation experiments.

I-1.5.2. TDA2 Air-Launched Booster: The projects under this TDA are to continue development of large air-launched booster technologies for SRM-boosted strike weapons. This TDA includes refinement of air-launched booster designs as well as testing at anticipated operating environments.

I-1.5.3. TDA3 Inert Components: Projects under this TDA are to develop advanced inert components for solid rocket motors. Improvements will be sought for components such as the motor case, internal insulation, nozzle, thrust vector control and thrust vector actuators.

I-1.5.4. TDA4 Energetic Components: Projects under this TDA are to develop solid propellants for tactical and strategic motors as well as other energetic components (safe/arm, igniters, flight termination systems, destruct charges). Propellants, ingredients, and other energetic components will be developed to a sufficient maturity level in support of large scale demonstration motors and hazards testing.

I-1.5.5. TDA5 Tactical Solid Rocket Motors: Projects under this TDA shall be directed towards developing motor designs for a volumetrically efficient missile for air dominance and/or self-defense. Component technologies shall be developed and demonstrated individually as well as in integrated component demonstrations at increasing levels of complexity.

I-1.5.6. TDA6 Strategic Propulsion Component Integration: Projects under this TDA shall be directed toward integration and testing of strategic solid rocket components developed under other TDAs. Component technologies shall be integrated demonstrations at increasing levels of complexity.

I-1.6. Initial SBT projects: In addition to the basic IDIQ contract, two project proposals are requested for TDA1 Solid Rocket Motor M&S and TDA2 Air-Launched Booster. These project proposal requests are described in I-5 and I-6 of this call.

I-1.7. IDIQ Capability Requirements: Candidates shall meet all of the following requirements and the proposal shall contain a description, including historical evidence, of the capability to perform these requirements.

I-1.7.1. Contractor shall be able to design, develop, and demonstrate solid rocket motor technology. This includes the ability to incorporate emerging technology to increase performance over state-of-the-art SRMs.

I-1.7.2. Contractor shall have an organic capability to manufacture full-scale flight weight SRMs for strategic, space-launch, and tactical applications. For demonstration purposes at AFRL, this capability, as a minimum, is SRMs containing at least 2000 lbm of propellant and motor diameters in excess of 30-inches.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 4 of 43

ART Call 2

Page 5: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

I-1.7.3. Contractor shall be able to develop and apply advanced M&S to SRM manufacturing, design, and test analysis. This M&S ability includes incorporation of emerging SRM technology beyond state-of-the-art.

I-1.7.4. Contractor shall be able to design and test full-scale SRM components in simulated relevant environments. This includes characterization of inert and energetic components identified in the Call 2 Scope (I-1.3).

I-1.7.5. Contractor has demonstrated the ability to transition technology development programs to strategic and tactical applications. This includes both hardware as well as software (e.g. M&S) development.

I-1.7.6. Contractor has successfully applied risk management processes in SRM development programs.

I-1.7.7. Contractor effectively uses solid rocket community forums such as JANNAF meetings and integrated product teams to disseminate program progress and results.

I-2. Deliverable Items:

Any TDA project awards resulting from this Call shall be required to deliver appropriate data items and possibly software and hardware.

I-2.1. Data Requirements:

I-2.1.1. ALL program technical and financial progress shall be reported. The Contract Data Requirements List (CDRL) list is provided in Table 1. The Data Item Descriptions (DID) are given as references only. If less than unlimited data is included in any reports it shall be provided in a separate section. Details of each CDRL are provided in the model contract in a DD Form 1423-1.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 5 of 43

ART Call 2

Page 6: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

Table 1: Sample Contract Data Requirements List (CDRL)CDRL Authority Description FrequencyA001 DI-ADMN-81373 Presentation Material As RequiredA002 DI-MGMT-81468 Contract Funds Status Report (CFSR) QuarterlyA003 DI-FNCL-80331A Funds and Man-Hour Report (FMHR) MonthlyA004 DI-MGMT-80227/T Contractor’s Progress, Status & Management Report Monthly

A005 DI-SESS-81785/T Systems Engineering Management Plan (SEMP) Once & Revisions

A006 DI-MISC-80711A/T Scientific and Technical Reports, Subtitle Interim Report AnnuallyA007 DI-ADMN-81373/T JANNAF Papers and Presentations As RequiredA008 DI-MGMT-81453A Data Accession List (DAL) AnnuallyA009 DI-ADMN-81505/T Report, Record of Meeting / minutes As RequiredA010 DI-NDTI-80566A/T Test Plan As RequiredA011 DI-IPSC-81427A Software Development Plan As RequiredA012 DI-MISC-80738/T Mag Tape Cartridges, Video Data & Voice Records As Required

A013 DI-SAFT-81299B Explosive Hazard Classification, subtitle Hazard Classification Tests As Required

A014 DI-SAFT-80101B System Safety Hazard Analysis Report, subtitle Preliminary Hazards Analysis As Required

B001 DI-MISC-80711A/T Scientific and Technical Reports, Subtitle Final Report Once & Revision

B002 DI-SESS-81002F/T Developmental Design Drawings/Models and Associated Lists As Required

B003 DI-IPSC-81443A/T Software User Manual As Required

I-2.1.2. The items in Table 1 shall be incorporated into the IDIQ contract. Specific TDA projects shall utilize the Table 1 CDRLs tailored to specific project requirements.

I-2.1.3. Alternate or additional data items that would streamline or enhance the effectiveness of the effort are solicited. Proposals shall show a list of CDRL items included in the price of the proposal. Electronic submission of data items shall be required on all efforts. The model contract will contain Exhibits A and B for complete requirements.

I-2.1.4. Interim Report: Interim Reports shall be submitted annually, due every 12 months to the day from the beginning of the technical effort. An interim report is required for the last portion of the technical period of performance if less than or equal to 12 months since the previous interim report. In addition to the guidelines for an interim report provided by DI-MISC-80711A/T, all interim reports shall include the following:

I-2.1.4.1. If no progress is made under a specific WBS element, the contractor shall state current status of the task and that no progress was made for the current reporting period. For each WBS task in progress, a detailed description of the work completed during the reporting period shall be provided. For each WBS task that has been completed, a summary of activities completed with conclusions shall be provided including the date of task completion.

I-2.1.4.2. Interim reports shall be of the quality and completeness required for the final report. AFRL intends to publish the interim reports to DTIC.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 6 of 43

ART Call 2

Page 7: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

I-2.1.4.2.1.The Interim Report that is required for the last portion of the technical POP shall be cumulative of all work to date.

I-2.1.5. Monthly Reports: A monthly report shall be submitted from contract award until the end of the technical period of performance. In addition to the general guidelines for a monthly report provided by DI-MGM-80227, all monthly reports shall include the following:

I-2.1.5.1. Sections shall be included down to three levels for each WBS element in each monthly report. Each section title shall include the WBS number.

I-2.1.5.2. If no progress is made under a specific WBS element, the contractor shall state current status of the task and that no progress was made for the current reporting period. For each WBS task in progress, a detailed description of the work completed during the reporting period shall be provided. For each WBS task that has been completed, a summary of activities completed shall be provided including the date of task completion.

I-2.1.5.3. The monthly reports shall be of the quality and completeness required for the final report.

I-2.2. JANNAF Papers and Presentations: In addition to JANNAF participation as specified in I-4.1, a minimum of one paper and presentation shall be submitted to AFRL in accordance to CDRL A007 at the end of each IDIQ project summarizing the efforts performed under the project.

I-3. Schedule:

The IDIQ ordering period will be limited to 60 months starting from date of award.

I-4. Other Information:

I-4.1. Contractor-Acquired Property: Property acquired or fabricated under this contract and with contract funds shall be considered government property. Delivery of residual contractor-acquired property will be required. Delivery is due thirty days after end of technical effort of each contract if residual hardware is developed. The proposal shall include the cost of packaging and shipping of assets to AFRL at Edwards AFB.

I-4.2. All proposals shall ensure proper disposal of energetic material, including accounting for cost of disposal if proposed.

I-4.3. Software: All projects that stipulate computer code as a deliverable shall deliver the source and compiled code within thirty days after end of technical effort. All efforts that contain deliverable software shall meet the following requirements:

I-4.3.1. Develop a sustainable code following modern software development practices such as version control; modular code; source code documentation; theory, developer, and user manuals; administrator guide; graphical user interfaces (as required); regression suites; verification; and validation.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 7 of 43

ART Call 2

Page 8: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

I-4.3.2. Be capable of satisfactorily completing functional user testing by AFRL to include installation and operation on current DoD standard desktop configuration client or DoD server core configuration connected to AFRL’s SATURN enclave.

I-4.3.3. Be developed and tested on separate Security Technical Implementation Guides (STIG) compliant and documented computers (http://iase.disa.mil/stigs/)

I-4.3.4. Have no CAT I or II finding of applicable STIG

I-4.3.5. Minimize CAT III finding of applicable STIGs. Recommendation for risk acceptance of any open items and the reasoning shall be documented.

I-4.3.6. When developing individual technology requirements (I-1.10) take into account information assurance controls from NIST SP 800-53 and SP 800-37 (http://csrc.nist.gov/publications/PubsSPs.html)

I-4.4. Joint Army Navy NASA Air Force (JANNAF): Offerors shall plan for participation in the JANNAF conferences, subcommittee meetings, and periodic workshops in order to present current results. This participation will serve as a mechanism to report current progress to the community. The presentations and papers will be submitted as part of CDRL A007.

I-4.5. Government Furnished Property or Information (GFP or GFI): It is possible that GFP or GFI may be involved or used in this effort; however, if it is required, it shall be identified in the proposal for each effort in Appendix C5 (III-1.5.9.15). If proposing GFP or GFI, appendix C5 shall identify the source and location of the item or information; who owns it (include point of contact with phone number); the value of the property; approval from the property owner and how, when, and for how long it will be made available under the proposed effort. Address commonality with other programs. If contributions from other efforts are proposed, identify the specific efforts, the planned start and end dates, and the applicability to the current call. AFRL does not intend to provide GFP or GFI for this effort.

I-4.6. Base support: The offeror may propose to use government facilities to perform component and/or motor testing, but all test costs must be paid out of the budget identified for this task order. If the offeror proposes to use a government test facility then the offeror shall include in the proposal documentation from said facility stating: (a) the facility is capable of performing the required test (b) the facility is available during the required test period and (c) a detailed estimate of the costs associated with using the facility. Note that the costs associated with testing at a government facility will be paid out of the same budget used to fund contracts awarded under Call 2; i.e. if a government facility is used, the amount of money available for contract award will be reduced by the amount required for using the government facility.

I-4.7. Telecons / Status Reporting: Telecons shall be held weekly unless a different time interval is agreed upon between the government program manager and contractor. The telecon packages shall consist of a slide set that shall include: A technical review, programmatic review with schedule, and financial status.

I-5. SRM M&S Project: Gap Analysis, Material Response, Mix and Cast, and Validation

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 8 of 43

ART Call 2

Page 9: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

I-5.1. This project falls under TDA1 – SRM M&S and will be awarded at the same time as the basic IDIQ contract. The project is to develop tools to reduce predictive uncertainty of SRM designs to no more than +/-2% for propellant mass fraction (Mf) and no more than +/-0.5% for delivered specific impulse (Ispd) when used in conjunction with previously developed M&S tools. The M&S Integrated Product Team (IPT) Support and Modeling Gap Analysis efforts are mandatory; other efforts need not be proposed to but must be addressed, i.e. negative replies are requested.

I-5.1.1. M&S IPT Support: The objective of this effort is to support participation in the M&S IPT led by AFRL. All offerors awarded projects under TDA1 are required to participate in the IPT. In addition to AFRL and all organizations awarded under TDA1, participants in the IPT will consist of representatives from academia, other government entities with an interest in this technology, Federally Funded Research and Development Centers (FFRDC), and other qualified commercial and non-commercial entities. The IPT will meet as necessary but at least once per quarter alternating between Edwards AFB and remote meetings (via teleconference, video conferencing, Defense Collaboration Services [DCS], or other technical means). The nature of the IPT meetings is variable; some IPT meetings are expected to be highly detailed technical briefings, while others are anticipated to be focused on coordinating activities between the Government and each offeror with few formal presentations. Offerors shall share information at the IPT meetings to the greatest extent possible including but not limited to modeling approaches, code development, model verification, validation testing, and model credibility. All data and assessments shall be reviewed by the IPT, and IPT findings shall be clearly documented in the interim and final reports. This effort shall be no less than the cumulative duration of all proposed M&S efforts under this project.

I-5.1.2. Modeling Gap Analysis: The objective of this effort is to examine the modeling tools currently in use or in development to identify gaps and/or necessary enhancements. It shall consist of a review of current capabilities, standard codes and models, validation or historical usage of the models/codes and usability/portability. The effort shall also investigate and define possible weaknesses in the current methods, codes and models as they pertain to rocket motor development, analysis, manufacture, and sustainment. A time phased roadmap of future work based on lessons learned from previous software development tasks, such as the Solid Rocket Motor Modeling and Simulation Program, Advanced Missile Propulsion Technology Program, and the Missile Component Advanced Technology Program, shall be developed. A roll-up of M&S SRM predictive uncertainty for Mf and Ispd shall be provided as part of the gap analysis including potential uncertainty reductions from the identified future work roadmap. This effort shall be no more than a 4 month effort and include a final briefing to the M&S IPT.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 9 of 43

ART Call 2

Page 10: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

I-5.1.3. Material Response Models: The objective of this effort is to develop physics-based material response models (MRMs) of SRM ablative materials such as thermal insulators. The MRMs shall be universally applicable to all internal regions of a SRM with minimal to no empirical corrections and/or scaling factors. Any use of empirical corrections and scaling factors shall be justified. The MRMs shall capture and describe the physicochemical mechanisms for material ablation including, but not limited to, heat transfer modes (conduction, convection, and radiation), chemical decomposition, and thermomechanical erosion due to particle impact and fluid-thermal-structural interaction. Code verification traceable to the identified mechanisms for ablation shall be demonstrated and limited code validation shall be performed using existing data sets. Physicochemical model development, code development, verification results, and validation results shall be reviewed by the IPT. No experimental testing for validation data collection will be performed under this effort.

I-5.1.4. Mix and Cast Models: The objective of this effort is to develop physics-based models to capture the ballistic and structural variability in solid grains due to propellant mixing and casting processes. The mix and cast models (MCMs) shall simulate the manufacturing process of solid propellant grains starting from the individual propellant ingredients and ending at the final cured propellant grain. The MCMs shall include any variations in the mixing and casting process including, but not limited to, multi-batch, mixer size, and mixer power inputs. A physical model shall be developed defining the various physicochemical mechanisms involved. Code verification traceable to the identified mechanisms involved in solid propellant mixing and casting shall be demonstrated and limited code validation shall be performed using existing data sets. Physicochemical model development, code development, verification results, and validation results shall be reviewed by the IPT. No experimental testing for validation data collection will be performed under this effort.

I-5.1.5. Validation Test Design: The objective of this effort is to design validation unit tests for the SRM M&S tools, including SRM M&S tools developed outside this project. The tests shall be designed to measure distinguishable physicochemical mechanisms of the SRM M&S tool being validated and minimize the potential for confounding variables. Predicted test results shall be performed using the SRM M&S tool of interest. Model predictive and estimated experimental test uncertainty shall be included as part of the validation test design. Validation test design and assessments shall be reviewed by the IPT. No experimental testing for validation data collection will be performed under this effort.

I-5.2. M&S Project Requirements: Proposed programs shall meet all of the following requirements and the proposal shall contain a description of how each requirement will be accomplished in the proposed program and the justification behind the proposed approach. Simply restating requirements will not be considered sufficient justification to meeting the intent of the requirement.

I-5.2.1. Project shall include participation in the IPT. All data and assessments shall be reviewed by the IPT and significant IPT findings shall be clearly documented in interim and final reports.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 10 of 43

ART Call 2

Page 11: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

I-5.2.2. Project shall define a baseline of current capabilities in M&S for SRM manufacturing, design, development, and analysis including specific model uncertainties and input sensitivities and how these uncertainties/sensitivities aggregate into an overall SRM propellant mass fraction and specific impulse predictive uncertainty.

I-5.2.3. Project shall develop a time-phased roadmap of future M&S work based on analysis of current capabilities and identified shortfalls. The roadmap shall contain the expected reductions in predictive uncertainty for propellant mass fraction (Mf) and delivered specific impulse (Ispd).

I-5.2.4. Project shall clearly define sources of error.

I-5.2.5. Project shall develop a usable and highly automated code for distribution to the Government and their contractors.

I-5.2.6. Project shall develop a code usable on a high power workstation – either Linux and/or Windows based.

I-5.2.7. Project shall develop and document the necessary inputs and outputs for models.

I-5.2.8. Project shall identify the overall phenomena and its relationship to the physicochemical mechanisms to be modelled and codified. The use of physics-based models for these mechanisms shall be identified. Rationale shall be provided for the use of any empirical models, and limitations for extrapolation into new technology shall be identified.

I-5.2.9. Project shall identify the demonstration and verification methods including traceability to the physicochemical mechanisms being modeled.

I-5.2.10. Project shall identify the validation method, including validation reference data and predictive capability maturity method to assess model credibility and technology readiness.

I-5.2.11. Project shall assess validation test methods or data sources used to obtain validation data with respect to test data uncertainty and isolation of planned physicochemical mechanisms to be observed.

I-5.2.12. Project shall deliver software in compliance with IDIQ requirement I-4.3.

I-5.2.13. Project shall include a minimum of one summary JANNAF paper and presentation per IDIQ requirement I-2.2.

I-5.3. Proposal Requirements: The proposal shall define the following items in sufficient detail with justified relevancy to give the Government evaluation team insight into the planned effort and its relationship to technology development.

I-5.3.1. The proposal shall define a model baseline. The proposal shall define and justify the quantified predictive uncertainty of the baseline and expected value at the end of the effort.

I-5.3.2. The proposal shall describe a complete project plan including a specified approach to develop the proposed technologies detailing all of the work, cost, schedule, and resources needed.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 11 of 43

ART Call 2

Page 12: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

I-5.3.3. The proposal shall describe the project management organization and why that proposed organization is required to accomplish a successful project.

I-5.3.4. The proposal shall describe a detailed risk management and systems engineering process and specify how that process will be applied to the entire project, including selection of the M&S approach to be developed.

I-5.3.5. The schedule for each project effort shall be integrated with the schedule for CDRLs (monthly, interim, and final reports) and meetings (reviews, IPTs, and JANNAF meetings) for the most efficient use of contract funding and best timely dissemination of research.

I-5.3.6. The proposal shall identify major milestones identifying expected key findings and accomplishments. The milestones shall include planned reviews.

I-5.4. SRM M&S Project Data Requirements: The following subset of the IDIQ CDRLs is provided in Table 2 and please note CDRL items that indicate “NOT Required” in the frequency column. The CDRL numbering scheme between the IDIQ contract and each project shall be maintained in order to maintain consistency in identifying CDRLs.

Table 2: M&S Project Contract Data Requirements List (CDRL)CDRL Authority* Description FrequencyA001 DI-MGMT-81468 Contract Funds Status Report (CFSR) QuarterlyA002 DI-FNCL-80331A Funds and Man-Hour Report (FMHR) MonthlyA003 DI-MGMT-80227/T Contractor’s Progress, Status & Management Report MonthlyA004 DI-ADMN-81505A Report, Record of Meeting / minutes As RequiredA005 DI-MGMT-81453A Data Accession List (DAL) AnnuallyA006 DI-MISC-80738/T Mag Tape Cartridges, Video Data & Voice Records As Required

A007 DI-SAFT-81299B Explosive Hazard Classification, subtitle Hazard Classification Tests As Required

A008 DI-SAFT-80101B System Safety Hazard Analysis Report, subtitle Preliminary Hazards Analysis As Required

A009 DI-ADMN-81373 Presentation Material As RequiredA010 DI-IPSC-81427A Software Development Plan As Required

B001 DI-SESS-81002F/T Developmental Design Drawings/Models and Associated Lists As Required

B002 DI-SESS-81785/T Systems Engineering Management Plan (SEMP) Once & Revisions

B003 DI-MISC-80711A/T Scientific and Technical Reports, Subtitle Interim Report As RequiredB004 DI-ADMN-81373/T JANNAF Papers and Presentations As Required

B005 DI-NDTI-80566A/T Test Plan Once & Revisions

B006 DI-IPSC-81443A/T Software User Manual As Required

B007 DI-MISC-80711A/T Scientific and Technical Reports, Subtitle Final Report Once & Revision

I-5.5. Schedule: The anticipated period of performance for this SRM M&S project is Thirty-six (36) months technical effort, plus 90 days for the Final Scientific and Technical Reporting Cycle.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 12 of 43

ART Call 2

Page 13: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

I-5.6. Other Information: Reference items in section I-4.

I-6. Air-Launched Booster Project: Energy Management and Motor Refinement

I-6.1. This project falls under TDA2 – Air-Launched Booster and will be awarded at the same time as the basic IDIQ contract. This project is to continue development of advanced air-launched booster technologies developed under the Missile Component Advanced Technology IDIQ Task Order 6 (MCAT TO6). Due to the wide range of possible strike weapon concepts being developed, further exploration is needed on advanced booster technology. Two current areas of interest include, development of Booster Energy Management (BEM) technologies and Motor Refinement and Environments (MRE) technologies. All project efforts (BEM and MRE) need not be proposed to but must be addressed, i.e. negative replies are requested.

I-6.1.1. Booster Energy Management (BEM): The objective of BEM is to explore technologies to manage booster net energy delivery to a strike weapon. Using the latest MCAT TO6 Advanced Air-Launched Booster (AALB) designs as a baseline, conceptual designs implementing energy management technology shall be developed which can include, but is not limited to, thrust termination, thrust vectoring, pulse motors, staging, and aerodynamic control/missile maneuvering. As part of the conceptual design development, design trades shall be performed to assess the trade-off between energy management; maximum and minimum delivered energy; impact to meeting AALB baseline performance requirements; development cost; production cost; and maturity of the proposed technologies with respect to technology readiness level (TRL) and manufacturing readiness level (MRL).

I-6.1.2. Motor Refinement and Environments (MRE): The objective of MRE is to expand the AALB design space to meet anticipated operating environments, further mature the MCAT TO6 designs, and explore alternate booster configurations. A baseline AALB design shall be tested to understand the impact of anticipated operating environments for an air-launched booster. This anticipated environments activity includes, but is not limited to, operating and storage temperatures, carriage loads (static and dynamic), flight thermomechanical loads, and general weapon system handling. Due to various potential strike weapon configurations, alternate booster configurations and designs shall be explored to expand the possible trade space for strike weapon boosters. This includes, but is not limited to, multi-stage configurations, BEM technology, motor geometry, alternate launch platforms, and motor impulse.

I-6.2. Project Requirements: Proposed projects shall meet all of the following requirements. The proposal shall contain a description of how each requirement will be accomplished in the proposed project and the justification behind the proposed approach. Simply restating requirements will not be considered sufficient justification to meeting the intent of the requirement.

I-6.2.1. Project shall include a minimum of one summary JANNAF paper and presentation per IDIQ requirement I-2.2.

I-6.2.2. BEM Requirements

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 13 of 43

ART Call 2

Page 14: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

I-6.2.2.1. Project shall explore technologies to manage booster energy delivery to a strike weapon.

I-6.2.2.2. Project shall develop preliminary conceptual designs implementing energy management technologies.

I-6.2.2.3. Project shall assess the impact of energy management relative to the baseline AALB designs to maximum and minimum delivered energy; development cost; production cost; and the technology and manufacturing maturity of the proposed technologies.

I-6.2.3. MRE Requirements

I-6.2.3.1. Project shall assess AALB components and integrated motor technologies to meet anticipated operating environments.

I-6.2.3.2. Project shall exit the technology development effort with a booster at a minimum of TRL 5.

I-6.2.3.3. Project shall explore the trade space of configuration changes and assess the impact of these changes to meeting strike weapon requirements and environments.

I-6.3. Proposal Requirements: The proposal shall define the following items in sufficient detail with justified relevancy to give the Government evaluation team insight into the planned effort and its relationship to technology development.

I-6.3.1. The proposal shall define a booster baseline. The proposal shall define and justify the expected performance and compliance with strike weapon requirements.

I-6.3.2. The proposal shall describe a complete project plan including a specified approach to develop the proposed technologies detailing all of the work, cost, schedule, and resources needed.

I-6.3.3. The proposal shall describe the project management organization and why that proposed organization is required to accomplish a successful project.

I-6.3.4. The proposal shall describe a detailed risk management and systems engineering process and specify how that process will be applied to the entire project, including selection of the technologies proposed for development.

I-6.3.5. The schedule for each proposed task order shall be integrated with the schedule for CDRLs (monthly and annual reports) and meetings for the most efficient use of contract funding and best timely dissemination of research.

I-6.3.6. The proposal shall identify major milestones identifying expected key findings and accomplishments. The milestones shall include planned reviews.

I-6.4. Air-Launched Booster Project Data Requirements: The following subset of the IDIQ CDRLs is provided in Table 3 and please note CDRL items that indicate “NOT Required” in the frequency column. The CDRL numbering scheme between the IDIQ contract and each project shall be maintained in order to maintain consistency in identifying CDRLs.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 14 of 43

ART Call 2

Page 15: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

Table 3: Air-Launched Booster Project Contract Data Requirements List (CDRL)CDRL Authority Description FrequencyA001 DI-ADMN-81373 Presentation Material As RequiredA002 DI-MGMT-81468 Contract Funds Status Report (CFSR) QuarterlyA003 DI-FNCL-80331A Funds and Man-Hour Report (FMHR) MonthlyA004 DI-MGMT-80227/T Contractor’s Progress, Status & Management Report Monthly

A005 DI-SESS-81785/T Systems Engineering Management Plan (SEMP) Once & Revisions

A006 DI-MISC-80711A/T Scientific and Technical Reports, Subtitle Interim Report AnnuallyA007 DI-ADMN-81373/T JANNAF Papers and Presentations As RequiredA008 DI-MGMT-81453A Data Accession List (DAL) AnnuallyA009 DI-ADMN-81505/T Report, Record of Meeting / minutes As RequiredA010 DI-NDTI-80566A/T Test Plan As RequiredA011 DI-IPSC-81427A Software Development Plan NOT RequiredA012 DI-MISC-80738/T Mag Tape Cartridges, Video Data & Voice Records As Required

A013 DI-SAFT-81299B Explosive Hazard Classification, subtitle Hazard Classification Tests As Required

A014 DI-SAFT-80101B System Safety Hazard Analysis Report, subtitle Preliminary Hazards Analysis As Required

B001 DI-MISC-80711A/T Scientific and Technical Reports, Subtitle Final Report Once & Revision

B002 DI-SESS-81002F/T Developmental Design Drawings/Models and Associated Lists As Required

B003 DI-IPSC-81443A/T Software User Manual NOT Required

I-6.1. Schedule: The anticipated period of performance for the Air-Launched Booster project is forty-eight (48) months technical effort, plus 90 days for the Final Scientific and Technical Reporting Cycle.

I-6.2. Other Information: Reference items in section I-4.

II. AWARD INFORMATION:

II-1. Anticipated Funding:

II-1.1. Contract Ceiling: The IDIQ has a collective ceiling of $40M that will be measured against all projects awarded.

II-1.2. Project funding: These funding profiles are 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 all areas may change with no notice.

II-1.2.1. SRM M&S Project: The anticipated funding for all awards under Modeling and Simulation is $3,184k. Proposals that are greater than this value should provide significant additional justification.

II-1.2.2. Funding per Award: It is anticipated that each award will be $1,000k to $1,592k. The anticipated funding profile per award is provided in Table 4.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 15 of 43

ART Call 2

Page 16: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

II-1.2.3. Technically sound and affordable approaches in all of the subtopic areas outlined in sections I-5.1.1 to I-5.1.5 is desired. Due to the multiple sub-topics for this project, proposals should include flexibility to be modified by the Government in order to best suit Call 2’s technical goals and objectives within funding constraints.

Table 4: Anticipated Task Order 1 Total Funding Profile Topic Title FY17 FY18 FY19 FY20 Total

TO1 SRM M&S $222k

$520k

$550k

$300k $1,592k

II-1.2.4. Air-Launched Booster Project: The anticipated funding for all awards under Air-Launched Booster is $3.7k.The anticipated funding profile per year is provided in Table 5.

II-1.2.5. Funding per Award: It is anticipated that each award will be $1,500k to $1,850k. Proposals that are greater than this range should provide significant additional justification for exceeding the outlined range.

II-1.2.6. Proposals that exceed the anticipated funding profile for any year should provide additional justification. Proposals cannot exceed the funding profiles outlined in Table 5. Proposals that violate the annual fiscal profile should provide significant additional justification and include flexibility to be modified by the Government in order to best suit Call 2’s technical goals and objectives within funding constraints.

Table 5: Anticipated Task Order 2 Total Funding Profile Topic Title FY17 FY18 Total

TO2 AALB $600k $1250k $1,850k

II-2. Type of Contracts/Instruments:

The Government anticipates awarding Cost-Plus-Fixed-Fee (CPFF) from projects resulting from this call, with a Firm-Fixed-Price (FFP) CLIN for the final report. If another type of contract is desired, please contact Contracting POC before submittal of proposal.

II-3. Negotiations:

The Government intends to evaluate proposals and award, part, some, all, or none of the proposals received. After evaluations are complete the government may enter into negotiations with companies selected for funding. Award will be predicated on successful negotiations. The government reserves the right to discontinue negotiations with any contractor should the parties fail to reach agreement on contract terms, conditions and cost/price within a reasonable time.

II-4. Anticipated Award Date:

The IDIQ contract, SRM M&S project, and Air-Launched Booster project are anticipated to be awarded by May 2017.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 16 of 43

ART Call 2

Page 17: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

III. PROPOSAL APPLICATION AND SUBMISSION INFORMATION:

III-1. Content and Form of Submission for Proposals:

Offerors shall submit one original with five additional hard copies, and two electronic (optical disks) copies of their proposal to the contracting office. The Government will check the proposal for conformation to the stated requirements and deviation from stated requirements will be dealt with in the manner stated in each of the following sections.

III-1.1. Proposal Contents: All proposals will consist of a single volume with sections, appendices and tables described below.

III-1.2. Required Format: Proposals are to be on 8.5 inch x 11 inch pages with one (1) inch margins on all sides. Headers, footers, and page number can be in the margins, but the margins shall contain no technical information. Any technical information in the margins will not be considered. A template will be utilized to see if text extends into the margins, and if it does the specific text will be blacked out and the remaining text will be read as is.

III-1.2.1. The text will be 11-point Arial single space with 10pt spacing between paragraphs, with no text or line compression, for all text body, figures, tables or attachments, unless otherwise directly specified in the proposal structure below or BAA templates. If another font, font size, or paragraph spacing is utilized, the incorrectly formatted sections will be reformatted in the electronic version and any overflow beyond limits will be removed. The remaining document would then be evaluated as is.

III-1.2.2. Pages shall be numbered continuously throughout the proposal. The cover page and table of contents are not numbered pages. The body of the proposal (sections III-1.5.3 through III-1.5.8) shall start with page #1. Page number on the bottom of each page shall include “Page X of Y” to stipulate the current page (X) and the total number of pages in the body (Y). Appendices shall be numbered by the section, a dash, and then the page, as in A1-1 for the first page of appendix A1.

III-1.2.3. Sections shall be numbered (i.e. Section 1, Section 2, etc.), with individual sections starting on a new page with tab dividers. Subsections may be numbered within each section based on the offeror’s organization, but subsections should not start on their own individual page.

III-1.2.4. SOW, WBS, schedule items, and basis of estimates (BOE) shall use a consistent and complementary numbering system throughout the proposal. For example, SOW task 4.1.1 shall be related in task and scope to WBS 1.1, schedule task 1.1, and BOE item 1.1. If method is not followed proposal will be returned unevaluated.

III-1.2.5. Any figure and table shall be discussed in the text; otherwise, it will not be evaluated. Figures and tables shall have titles and shall be numbered.

III-1.2.6. If any item is illegible (due to font size or print blur) at 100% magnification to the evaluation team, it will not be considered.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 17 of 43

ART Call 2

Page 18: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

III-1.2.7. The hardcopy of each proposal shall be mechanically bound to itself either with staples, straps, or in a ring binder so that the proposal stays physically connected through handling. Paperclips, binder clips, and/or paper clams are not sufficient.

III-1.2.8. Optical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of the proposal and exactly match the hard copy; if they do not match, the proposal will be returned unevaluated.

III-1.2.9. Appendices shall follow these format requirements and are subject to the same controls as stated above, unless stated.

III-1.2.10. All cost spreadsheets provided shall be in Microsoft Excel 2003 format or later. Within the workbook, all spreadsheets, cells and formulas shall be visible with no hidden fields.

III-1.3. Number of proposals: One proposal for the IDIQ contract (section III-1.4) and for each project (section III-1.5) can be submitted for this call per prime offeror; if more than that is provided the extras will be removed at random. Submissions for this call do not affect or influence submissions for other calls on this BAA.

III-1.4. IDIQ Proposal Structure: The IDIQ proposal shall be comprised of a single volume formatted per III-1.2 and the limitations below. The IDIQ Capabilities volume provides evidence that the offeror has the capability and capacity to perform all anticipated projects based on the TDAs identified in section I-1.5.

III-1.4.1. A cover sheet shall be included at the front of the proposal with the following information:

III-1.4.1.1. Title of proposal

III-1.4.1.2. Full company name and address

III-1.4.1.3. BAA number submitting proposal against

III-1.4.1.4. Call number proposing to

III-1.4.1.5. Point of contact, name, title, phone, fax number, and email

III-1.4.1.6. CAGE code

III-1.4.1.7. DUNS number

III-1.4.1.8. Type of contract proposed (e.g. CPFF, FFP)

III-1.4.1.9. Name, address, and phone number of administration (DCMA) office

III-1.4.1.10. Name, address, and phone number of audit (DCAA) office

III-1.4.1.11. Validity period in accordance with BAA section III-2

III-1.4.1.12. Appropriate markings (ITAR, destruction, competition sensitive)

III-1.4.2. Table of Contents [unlimited] sections, appendices, tables, and figures

III-1.4.3. Section 1: IDIQ Overview: [Maximum Page Limit 2 pages] This section provides an introduction to the TDAs to be addressed and how these TDAs are related to the offeror’s capabilities and current physical capability.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 18 of 43

ART Call 2

Page 19: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

III-1.4.4. Section 2: Program Management: [Maximum Page Limit 2 pages] This section describes the organizational structure of the offeror’s research organization and how the offeror will manage personnel over the life of the effort. The proposal will explain why the proposed personnel structure and proposed personnel are the best possible resources to address the TDAs. External interfacing of the research team with both the subcontractor/consultants and with the government shall be clearly defined.

III-1.4.5. Section 3: Risk Management and Systems Engineering: [Maximum Page Limit 3 pages] The proposal will define how the offeror will apply risk and systems engineering processes for projects under the IDIQ. The research organization’s risk management approach is explained in conjunction with past examples.

III-1.4.6. Section 4: Related Past Performance: [Maximum Page Limit 8 pages, maximum 8 projects] This section describes related programs that support or illustrate the offeror’s technical and management capabilities to accomplish all anticipated IDIQ projects. Related programs should demonstrate ability to cover all TDAs and be explicit with relevancy. In addition to discussion of relevancy, details shall include contract number, government agency, government point-of-contact, contract value, contract award and end dates, and DTIC tracking number of the final report if available.

III-1.4.7. Section 5: Company’s Physical Capability: [Maximum Page Limit 4 pages] This section specifically details the offeror’s physical capacity to accomplish all IDIQ projects.

III-1.4.8. Appendix A: Statement of Work (SOW): [no maximum page limit but material shall be on appendix topic and in format defined by this BAA Call] The SOW shall contain a summary description of the TDAs to be addressed. Offerors are cautioned to include only the information that is essential to a clear, logical, binding, and reasonable SOW. This document will be made part of any resulting contract. Do not include any proprietary information in the SOW. The SOW section structure below is based on the SOW description in the BAA Guide for Industry in Part III of the BAA; offerors should refer to that document for more information. All subsections of the SOW are to be numbered in outline form according to the number of the main section (i.e. 1.1, 1.2, 1.2.1.1, 1.2.1.2, etc.)

1.0 BACKGROUND

The background information should identify the requirement in very general terms; describe why the project is being pursued, and how it relates to other projects. Summarize any statutory authority or regulations affecting the overall requirement.

2.0 SCOPE

This section should provide a brief statement of what the offeror expects to accomplish under the contract — the breadth and limitations of the contract effort. It should not include specific work tasks or a description of deliverable products since this will be included in the “Tasks” section.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 19 of 43

ART Call 2

Page 20: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

3.0 OBJECTIVES

This section should provide a concise overview of the contract effort goals and objectives; and how the results or end products will be used.

4.0 TASKS/TECHNICAL REQUIREMENTS

This section defines the tasks that the contractor shall complete during contract performance and would have a task description for each TDA identified in I-1.5. The description of task requirements shall be flexible enough to allow multiple projects to be performed under each TDA. The tasks shall be defined by “shall” statements that are contractually binding rather than “will” or “may” statements.

5.0 DELIVERABLES

This section should clearly state all deliverables including CDRLs and material per section I-2.

6.0 PERIOD OF PERFORMANCE

The period of performance shall be defined by project orders under the IDIQ contract. No specific period shall be identified in this section for the IDIQ.

III-1.4.9. Appendix B: Compliance Matrix: [no maximum page limit but material shall be in format defined by this BAA Call] The specific past performance (III-1.4.6) and/or physical capability (III-1.4.7) is listed for each requirement where the proposal defines compliance with the BAA Call 2 Basic IDIQ Capability Requirements (I-1.9). A short description and rationale is provided justifying that the requirement is met.

Table 14: Section 3: Compliance Matrix

RequirementProposal

(Section & Page #)Synopsis/Rationale

I-1.7.1

I-1.7.2

I-1.7.3

I-1.7.4

I-1.7.5

I-1.7.6

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 20 of 43

ART Call 2

Page 21: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

I-1.7.7

III-1.5. Project Proposal Structure: The proposal shall be comprised of a single volume for each project with sections and appendices formatted per III-1.2 and the limitations below.

III-1.5.1. A cover sheet shall be included at the front of the proposal with the following information:

III-1.5.1.1. Title of proposal

III-1.5.1.2. Full company name and address

III-1.5.1.3. BAA number submitting proposal against

III-1.5.1.4. Call number proposing to

III-1.5.1.5. Point of contact, name, title, phone, fax number, and email

III-1.5.1.6. CAGE code

III-1.5.1.7. DUNS number

III-1.5.1.8. Type of contract proposed (e.g. CPFF, FFP)

III-1.5.1.9. Name, address, and phone number of administration (DCMA) office

III-1.5.1.10. Name, address, and phone number of audit (DCAA) office

III-1.5.1.11. Validity period in accordance with BAA section III-2

III-1.5.1.12. Appropriate markings (ITAR, destruction, competition sensitive)

III-1.5.2. Table of Contents [unlimited] sections, appendices, tables, and figures

III-1.5.3. Section 1: Project Overview: [Maximum Page Limit 4 pages] This section provides an introduction to all pieces of the proposed project and how these pieces interconnect to serve as a project summary and overview.

III-1.5.3.1. An overview of the project plan and methodology to establish the contractor baseline and to verify project objectives are discussed.

III-1.5.3.1.1. For M&S projects, the anticipated predictive uncertainty at the end of the project is proposed as a specific number.

III-1.5.3.1.2. For Air-Launched Booster projects, the strike weapon requirements to be met by the project are defined.

III-1.5.3.2. The project structure is outlined and explained in reference to the SOW (appendix A1), V&V plan (appendix A3), the project schedule (appendix B2), and the CDRL list.

III-1.5.3.3. This section explains the integration of methodologies, technologies, risk management, analyses, and community involvement in the project; and insight to project concerns.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 21 of 43

ART Call 2

Page 22: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

III-1.5.4. Section 2: Contractor baseline definition and baseline technologies: [Maximum Page Limit 5 pages] The technologies that make up the contractor technology baseline are defined and technically justified.

III-1.5.5. Section 3: Proposed Technologies: [Maximum Page Limit 15 pages] The technologies proposed to demonstrate project objectives are discussed. A comparative discussion of related technologies is used to provide justification for the proposed technology. Technologies are explained in sufficient detail to understand the underlying physics of the technology and its role in the project. Technology development activities within the project shall be rationalized in terms of impact to meeting project objectives and an assessment of the activities relative to the risks identified in Appendix A4.

III-1.5.6. Section 4: Project Plan: [Maximum Page Limit 15 pages] The overarching processes and procedures to be executed are discussed. Methodologies and technologies discussed in Sections 1, 2, and 3 are logically connected to each step of the project plan. Configuration control and management of software and/or booster hardware are discussed in detail. Resource management and control are defined; details of required resources should be referenced from appendices, but the resource requirements shall be sufficiently explained to support a comprehensive project.

III-1.5.7. Section 5: Project Management: [Maximum Page Limit 5 pages] This section describes the organizational structure of the research team and how the project will manage personnel over the life of the effort. The proposal will explain why the proposed personnel structure and proposed personnel are the best possible resources for the project. The roles of key personnel are defined and the responsibilities for specific project areas are assigned to specific personnel. Sufficient detail will be provided to identify specific tasks in the SOW to specific roles/responsibilities in the organizational structure. Subcontractor and consultant roles are discussed in detail with particular regard to their justification on the project and their importance to the objective of the project. External interfacing of the research team with both the subcontractor/consultants and with the government shall be clearly defined. Supporting details in appendices B and C should be referenced as much as possible; repetition of details from these appendices is not necessary as long as the connection to the project role is clear.

III-1.5.8. Section 6: Risk Management and Systems Engineering: [Maximum Page Limit 5 pages] The proposal will define how the project will apply risk and systems engineering processes throughout the research effort. An overview of major risks and how these risks drove the project plan are discussed. The research team’s risk management approach is explained in conjunction with examples from the defined risk analyses in Appendix A4.

III-1.5.9. Proposal Appendices

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 22 of 43

ART Call 2

Page 23: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

III-1.5.9.1. Appendix A1: Statement of Work (SOW): [no maximum page limit but material shall be on appendix topic and in format defined by this BAA Call] The SOW shall contain a summary description of the technical methodology as well as detailed task descriptions. Offerors are cautioned to include only the information that is essential to a clear, logical, binding, and reasonable SOW. This document will be made part of any resulting contract. Do not include any proprietary information in the SOW. The SOW section structure below is based on the SOW description in the BAA Guide for Industry in Part III of the BAA; offerors should refer to that document for more information. All subsections of the SOW are to be numbered in outline form according to the number of the main section (i.e. 1.1, 1.2, 1.2.1.1, 1.2.1.2, etc.)

1.0 BACKGROUND

The background information should identify the requirement in very general terms; describe why the project is being pursued, and how it relates to other projects. Summarize any statutory authority or regulations affecting the overall requirement.

2.0 SCOPE

This section should provide a brief statement of what the offeror expects to accomplish under the contract — the breadth and limitations of the contract effort. It should not include specific work tasks or a description of deliverable products since this will be included in the “Tasks” section.

3.0 OBJECTIVES

This section should provide a concise overview of the contract effort goals and objectives; and how the results or end products will be used.

4.0 TASKS/TECHNICAL REQUIREMENTS

This section defines the tasks that the contractor shall complete during contract performance and would have a task description for each step of the WBS. The description of task requirements will depend on the approach that is selected to describe the required effort. The tasks shall be defined by “shall” statements that are contractually binding rather than “will” or “may” statements.

5.0 DELIVERABLES

This section should clearly state all deliverables including CDRLs and material.

6.0 PERIOD OF PERFORMANCE

The period of performance shall be clearly stated in units of months after contract award. Milestones shall be stated as a

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 23 of 43

ART Call 2

Page 24: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

number of months after contract award. These milestones shall include the end of technical effort and end of contract period of performance.

III-1.5.9.2. Appendix A2: Compliance Matrix: [no maximum page limit but material shall be on appendix topic and in format defined by this BAA Call] The specific proposal section and specific proposal page is listed for each requirement to cite where the proposal defines compliance with the BAA Call 2 requirements and CDRL requirements.

Table 6: Appendix A2: Compliance Matrix (SRM M&S Project)

RequirementProposal

(Section & Page)

SOW Section 4.0

(Paragraph & Page) Synopsis/Rationale

I-4.3

I-4.4

I-5.2.1

I-5.2.2

I-5.2.3

I-5.2.4

I-5.2.5

I-5.2.6

I-5.2.7

I-5.2.8

I-5.2.9

I-5.2.10

I-5.2.11

I-5.2.12

I-5.2.13

I-5.3.1

I-5.3.2

I-5.3.3

I-5.3.4

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 24 of 43

ART Call 2

Page 25: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

I-5.3.5

I-5.3.6

I-5.4

Table 7: Appendix A2: Compliance Matrix (Air-Launched Booster Project)

RequirementProposal

(Section & Page)

SOW Section 4.0

(Paragraph & Page) Synopsis/Rationale

I-4.4

I-6.2.2.1

I-6.2.2.2

I-6.2.2.3

I-6.2.3.1

I-6.2.3.2

I-6.2.3.3

I-6.3.1

I-6.3.2

I-6.3.3

I-6.3.4

I-6.3.5

I-6.3.6

I-6.4

III-1.5.9.3. Appendix A3: Verification and Validations Plan (V&V): [Five (5) pages]

The structure of the offeror’s V&V plan is described in regards to specific tasks. Reference to company procedures may be used as long as the intent or application of those procedures is clear to the government reviewers. A systems engineering approach shall be stressed. A method of documenting and tracing these validations shall also be described.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 25 of 43

ART Call 2

Page 26: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

III-1.5.9.4. Appendix A4: Risks and Mitigations: [no maximum page limit but material shall be on appendix topic and in format defined by this BAA Call] The risks are defined using the template provided as Table 8. Major technical, management, schedule, and cost risks are listed based on the offeror’s evaluation. This appendix can only contain the risk chart defined in Table 8 with cells formatted to wrap the text. The risk chart is designed to record an assessment of the initial risk and then an assessment of the risk AFTER applying a single mitigation approach. Multiple mitigation approaches shall be defined until the offeror reaches a risk factor that it is willing to accept for the project. The following details are included in the risk chart:

III-1.5.9.4.1. Risk ID: A unique number, starting at #1, for each initial risk.

III-1.5.9.4.2. Stage: A risk is defined as “Initial” or “I” on the risk chart or “Mitigated” or “M” on the risk chart. For risks marked as “I”, the mitigation approach is left blank. Each risk shall have one “I” entry but can have multiple mitigation entries.

III-1.5.9.4.3. Risk Statement: The risk is defined in this section as a clear statement of the cause and effect of the risk. Risks should be stated in an if-then structure.

III-1.5.9.4.4. Mitigation Approach: Definition of the tasks or steps taken to reduce the risk. For initial risk assessment, this position is left blank.

III-1.5.9.4.5. Likelihood: A number between 1 and 5 (inclusive) that defines the likelihood of the risk occurring based on Table 9. For initial risks, this likelihood is evaluated without any mitigation; for mitigation assessment, this likelihood is evaluated considering the application of the defined mitigation approach for this row.

III-1.5.9.4.6. Likelihood Rationale: A justification or basis for this likelihood is cited.

III-1.5.9.4.7. Consequence: A number between 1 and 5 (inclusive) that defines the consequence of the risk occurring based on Table 10. For initial risks, this consequence is evaluated without any mitigation; for mitigation assessment, this consequence is evaluated considering the application of the defined mitigation approach for this row.

III-1.5.9.4.8. Risk factor: The risk factor is determined using the likelihood number and the consequence number in Table 11. Risk factors below 12 are considered low and assumed to not need to be mitigated. Risk factors above 19 are considered high risk and should be mitigated to a lower risk factor. Risk factors between 12 and 19 (inclusive) may be accepted or further mitigated.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 26 of 43

ART Call 2

Page 27: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

Table 8: Appendix A4: Risks and MitigationsRisk ID Stage

Risk Statement

Mitigation Approach Likelihood

Likelihood Rationale Consequence

Consequence Rationale

Risk factor

Table 9: Risk Likelihood TableLevel Likelihood PROBABILITY

of Occurrence

5 Near Certainty ~ 90%

4 Highly Likely ~ 70%

3 Likely ~ 50%

2 Low Likelihood ~ 30%

1 Not Likely ~ 10%

Table 10: Risk Consequence TableLevel Tech Performance Cost Schedule

5 Severe gradation in technical performance; cannot meet KPP or key technical/supportability threshold; will jeopardize project success.

> 10% total project budget

Cannot meet key project milestones

4 Significant degradation in technical performance or major shortfall in supportability; may jeopardize project success.

Budget threatens a SOW task, < 10% total budget

Project critical path affected

3 Moderate reduction in technical performance or

Significant budget increase or unit

Minor schedule slip; able to meet key

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 27 of 43

ART Call 2

Page 28: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

supportability with limited impact on project objectives

production cost increase, < 5% total budget

milestones with minor schedule slip

2 Minor reduction in technical performance or supportability; can be tolerated with little or no impact on project

Budget shifts within project

Able to meet key dates

1 Minimal or no consequence to technical performance

Minimal or no impact Minimal or no impact

Table 11: Risk Factors Table

Likelihoo

d 1 1 3 5 8 122 2 7 11 14 173 4 10 15 19 214 6 13 18 22 245 9 16 20 23 25

1 2 3 4 5

Consequence

III-1.5.9.5. Appendix A5: References: [no maximum page limit but material shall be on appendix topic and in format defined by this BAA call] – References only listed in a standard and consistent manner thorough out bibliographic format. Only include references cited elsewhere in the proposal.

III-1.5.9.6. Appendix B1: Work Breakdown Structure (WBS) and WBS Dictionary: [no maximum page limit but material shall be on appendix topic and in format defined by this BAA Call] WBS shall be broken out to at least to level three detail to consist of a single work package, which represent the efforts and objectives of a small team of individuals who are working on a very specific outcome per Table 12. The WBS Dictionary shall provide a brief description of each element organized by WBS element per Table 13. See Mil-STD-881C for further guidance.

Table 12: Appendix B1: Work Breakdown Structure TableWBS Number WBS Element Name

1.0 Project Title / Product

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 28 of 43

ART Call 2

Page 29: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

1.1

1.1.1

1.1.2

1.1.3

1.2

1.2.1

1.2.2

1.2.3 etc.

Table 13: Appendix B1: WBS DictionaryProject: Air Interceptor Project Date: 6/14/2010

WBS Code Element Name WBS Definition

1.0 Air Interceptor Missile System

This WBS element includes the cost of the Vector missile All Up Round (AUR) in addition to the cost of the common WBS elements. The Vector missile is an Army Surface-to-Air interceptor missile providing 360 degree coverage for the air defense mission of forward deployed forces. It is a Single-stage, short-range, low-to high-altitude theater missile defense system that utilizes advanced guidance and control technologies including an advanced active RF seeker to extend the range of engagement beyond current and projected threats. This WBS element reports the total development or production cost, whichever is applicable to the instant contract, of the All Up Round (AUR) through the cost for the common WBS elements. WBS elements 1.1 Air Vehicle and 1.2 Command and Launch are the two child WBS elements that capture the cost of the product, while WBS elements 1.3 through 1.1.1 capture the cost of the "common elements".

1.1 Air Vehicle This element refers to the means for delivering the destructive effect to the target, including the capability to generate or receive intelligence to navigate and penetrate to the target area and to detonate the warhead. This element includes the design, development, and production of complete units (prototype and operationally configured units, which satisfy the requirement of their applicable specifications) regardless of their use. This WBS

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 29 of 43

ART Call 2

Page 30: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

element has eleven children WBS elements. The government CWIPT has required, through the use of a CA-approved Plan for the Vector Missile, that WBS element 1.1.6 Guidance and Control will contain two child WBS elements, each one containing a lower levels of WBS indenture in order to capture the cost of the specific cost driving elements within the G&C element.

1.1.1 Propulsion Stages

This WBS element includes the cost of the Vector missile's rocket motor and labor required to integrate and assemble the propulsion system into the AUR. The single Thiokol TX-486-1 solid-fueled rocket motor is a subcontracted item but the cost falls under the threshold for "direct reporting" by the supplier. This WBS element captures the cost of the purchased solid rocket motor and IAT&C costs necessary to install, test and checkout the rocket motor inside the airframe. There is one TX-486-1 rocket motor per AUR.

1.1.2 Payload This WBS element includes the cost of the Mk125 warhead and labor required to integrate and assemble the warhead into the AUR. The Vector payload consists of the Mk 125 Warhead and its support assemblies. This element is a subcontracted item by the prime contractor. The dollar amount for this item is exceeds the dollar threshold for CSDR reporting and consequently the prime contractor has flowed down CSDR reporting requirements to the supplier and provided the subcontractor with their CA-approved CSDR Subcontract plan. Prime contractor recurring and non-recurring costs will capture the price paid for the Mk125 warhead in addition to the prime's direct and indirect costs for integration, assembly, test and checkout of the Mk125 warhead into the payload section of the missle. There is one Mk125 warhead per AUR.

Etc.

III-1.5.9.7. Appendix B2: Project Schedule: [no maximum page limit] This section is limited to a single schedule chart of unrestrained size (i.e. this chart may cover a number of pages or even use 11x17 paper). Ensure that the words and dates can be read on the chart.

III-1.5.9.8. Appendix B3: Resumes of All Key Personnel: [Maximum Page Limit 1 page per person] The section includes key personnel, including proposed technical consultants.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 30 of 43

ART Call 2

Page 31: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

III-1.5.9.9. Appendix B4: Company’s Physical Capability Table: [Maximum Page Limit 4 pages] This section specifically details the offeror’s physical capabilities to accomplish the project plan proposed.

III-1.5.9.10. Appendix B5: Related Past Performance: [Maximum Page Limit 1 page per project, maximum 8 projects] This section describes related projects that support or illustrate the offeror’s technical and management capabilities to accomplish the project plan proposed. Related projects should demonstrate ability to cover all aspects of the project proposed and be explicit with relevancy. In addition to discussion of relevancy, details shall include contract number, government agency, government point-of-contact, contract value, contract award and end dates, and DTIC tracking number of the final report if available.

III-1.5.9.11. Appendix C1: Proposal Cost Summary: [no maximum page limit but material shall be on appendix topic and in format defined by this BAA Call] The offeror shall provide a cost summary in a modular fashion by severable tasks. All proposed tasks shall be included. The Government reserves the right to fund none, some, parts of, or all of the proposed tasks. Present the modular cost summary in the format below. Each task (level 3 and above) shall have subtotals. Each level 3 task shall be broken out for labor, material, and Other Direct Costs (ODC). The tasks and costs in the template are hypothetical, non-predictive, and for the purpose of example only.

Table 14: Appendix C1: Modular Cost Summary TableWBS Number Task Title Cost1.0 $3,000,000

1.1 $400,0001.1.1 $100,000 1.1.1 Labor $70,000 1.1.1 Material $20,000 1.1.1 ODC $10,0001.1.2 $250,000 1.1.2 Labor $200,000 1.1.2 Material $20,000 1.1.2 ODC $30,0001.1.3 $50,000 1.1.3 Labor $50,000 1.1.3 Material $0 1.1.3 ODC $0

1.2 $350,0001.2.1 etc.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 31 of 43

ART Call 2

Page 32: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

III-1.5.9.12. Appendix C2: Cost Summary by Government Fiscal Year: [no maximum page limit but material shall be on appendix topic and in format defined by this BAA Call] The offeror shall provide a cost summary broken out with subtotals for each government fiscal year (GFY) and ending with the total cost for that task. The government fiscal year is any cost occurred between October 1st and September 30th. GFY 2017 starts on October 1st, 2016. The tasks and costs in the template are hypothetical, non-predictive, and for the purpose of example only.

Table 15: Appendix C2: Cost Summary by GFYWBS Number Task Title GFY 2017 GFY 2018 GFY 2019 etc. Total1.0 $600,00 $400,000 $1,300,000 etc. $3,000,000 1.1 $72,393 $47,885 etc. etc. $250,000 1.1.1 $35,600 $22,650 etc. etc. $100,000 1.1.2 $14,500 $8,560 etc. etc. $50,000 1.1.3 $21,050 $12,489 etc. etc. $90,000 1.1.4 $1,243 $4,186 etc. etc. $10,0001.2 $84,250 $45,352 etc. etc. $250,000 1.2.1 etc. etc. etc. etc. etc.1.3 etc. etc. etc. etc. etc. 1.3.1 etc. etc. etc. etc. etc.

III-1.5.9.13. Appendix C3: Cost Summary by Cost Element: [no maximum page limit but material shall be on appendix topic and in format defined by this BAA Call] Offeror shall provide a cost summary for proposed effort/priced CLIN by major cost elements including labor categories by Government Fiscal Year (GFY) [Oct 1 to Sept 30] using the format shown below. Ensure the totals for any cost elements, which require further breakdown as specified below, agree with the totals reflected in other cost summaries in the proposal. Ensure the types and quantities of all direct charged cost elements (labor, travel, computer, etc.) are consistent with the data provided in the proposal. For cost realism purposes, identify in electronic spreadsheet labor rates by category and GFY as well as all other direct and indirect rates (such as overhead) by GFY. Offerors shall submit all cost spreadsheets in Microsoft Excel 2003 format or later. Within the workbook, all spreadsheets, cells and formulas shall be visible with no hidden fields. Any cost information submitted shall be consistent with the offeror’s approved estimating system and shall duplicate the logic and mathematical formulae reflected in the paper copy of the proposal.

.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 32 of 43

ART Call 2

Page 33: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

Table 16: Appendix C3: Sample Cost Summary by Cost Element FormatCOST ELEMENT GFY 17 GFY 18 etc. TOTALDirect Labor Hours & DollarsEngineering HoursEngineering Dollarsetc.Subtotal Direct Labor HoursSubtotal Direct Labor DollarsOverheadMaterialSubcontractsOther Direct CostsSubtotalG&AEstimated CostFacility Capital Cost of MoneyFeeTotal

III-1.5.9.14. Appendix C4: Data Rights and Exceptions (if any): [Maximum Page Limit one (1) page] The government expects unlimited data rights for methodologies and technologies developed in this project; if a different level of data rights is proposed for all or part of this project, exceptions shall be detailed and justified.

III-1.5.9.15. Appendix C5: Government Furnished Equipment or Data: [no maximum page limit but material shall be on appendix topic] Description of any GFE required for the proposed project, including written confirmation from the government representative responsible for that material that the hardware/data is available. Each specific item (hardware or data) shall be justified to relevancy, suitability and importance to the specific role.

III-1.5.9.16. Appendix C6: Contract exceptions [no maximum page limit but material shall be on appendix topic] Exceptions to the sample Model Contract Terms and Conditions

III-1.5.9.17. Appendix C7: Resource Allocations: [no maximum page limit but material shall be on appendix topic and in format defined by this BAA Call] The offeror shall submit a summary table of person loading by WBS level three subdivided by labor type broken out by each month of the proposed project. Do not reflect dollar amounts in this schedule. All hours shown in this submittal shall agree with those reflected in the cost summary. The tasks and costs in the template are hypothetical, non-predictive, and for the purpose of example only.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 33 of 43

ART Call 2

Page 34: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

Table 17: Appendix C7: Resource AllocationWBS/MAJOR TASK Nov 2017 Dec 2017 Jan 2018 etc. TOTALWBS 1.1.1 (Title) Engineering A – Prime 60 hours 40 hours 30 hours 0 hours 450 hours Engineering B - 20 hours 20 hours 10 hours 0 hours 200 hours Project Manager 8 hours 8 hours 8 hours 0 hours 64 hours etc.WBS 1.1.2 (Title) Engineering B 150 hours 250 hours 10 hours 410 hours etc.WBS 1.2.1 (Title) etc.

Subtotal Engineering A 100 hours 100 hours 100 hours 300 hoursSubtotal Engineering B 200 hours 300 hours 10 hours 510 hoursTotal Engineering 300 hours 400 hours 110 hours 810 hoursTotal Project ManagerETC.Total Direct Labor Hours 300 hours 800 hours 110 hours 1210 hours

III-1.5.9.18. Appendix C8: Labor Mix Schedule by Work Breakdown Structure (WBS) and Government fiscal year: [no maximum page limit but material shall be on appendix topic and in format defined by this BAA Call] The offeror shall submit a summary table of person loading by WBS/Major Task and by labor category or skill mix in the format shown below per Government fiscal year. This appendix holds the same information as appendix C7 except that hours are listed for GFY instead of by month. These hourly requirements are to include (but separately identify) interdivisional transfer(s) hours (if applicable). Do not reflect dollar amounts in this schedule. All hours shown in this submittal shall agree with those reflected in the cost summary. The tasks and costs in the template are hypothetical, non-predictive, and for the purpose of example only.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 34 of 43

ART Call 2

Page 35: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

Table 18: Appendix C8: Labor Mix Schedule by WBSWBS/MAJOR TASK GFY 17 GFY 18 etc. TOTALWBS 1.0 (Title) Engineering A – Prime 50 hours 100 hours 0 hrs 150 hours Engineering A - Interdivisional transfer 50 hours 0 hours 100 hrs 150 hours Engineering B - 50 hours 50 hours 0 hrs 100 hours etc.WBS 1.1 (Title) Engineering B 150 hours 250 hours 10 hrs 410 hours etc.WBS 1.2 (Title) etc.

Subtotal Engineering A 100 hours 100 hours 100 hrs 300 hoursSubtotal Engineering B 200 hours 300 hours 10 hrs 510 hoursTotal Engineering 300 hours 400 hours 110 hrs 810 hoursETC.Total Direct Labor Hours 300 hours 800 hours 110 hrs 1210 hours

III-1.5.9.19. Appendix C9: Subcontractor plan [no maximum page limit but material shall be on appendix topic] In accordance with FAR 19.702, a subcontracting plan shall be submitted along with the cost proposals [reference FAR 19.704, DFARS 219.704, and AFFARS 5319.704(a)(1) for subcontracting plan requirements]. Small businesses are exempt from this requirement.

III-1.5.9.20. Appendix C10: Basis of Estimates (BOE) for Manpower: [no maximum page limit but material shall be on appendix topic] Offerors shall submit a BOE supporting the proposed manpower hours by WBS/Major Task, Subtask (level 3). The BOE shall convey a clear understanding of how the labor was estimated for each task in the SOW. The BOE for labor shall include sufficient detail to identify: what work is being performed, the offeror justification that the proposed person-loading is sufficient, and that the labor mix is appropriate for each task of the SOW. Where it is applicable, historical data for similar tasks shall be identified; if a government contract the Government contract number shall be used, along with any judgment factors that were applied. The applicability of the historical data shall be explained, and all factors shall be defined and justified. Do not reflect dollar amounts in the BOE.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 35 of 43

ART Call 2

Page 36: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

III-1.5.9.21. Appendix C11: Basis of Estimates (BOE) for Material: [no maximum page limit but material shall be on appendix topic] Offerors shall submit a BOE supporting costs of the proposed materials organized by WBS/Major Task, Subtask (level 3). The BOE shall convey a clear understanding of how the materials were estimated for each task in the SOW. The BOE for materials shall include foundation for the types, quantities, and costs of items used. Where it is applicable, historical data for similar tasks shall be identified; if a government contract the Government contract number shall be used, along with any judgment factors that were applied. The applicability of the historical data shall be explained, and all factors shall be defined and justified.

III-1.5.9.22. Appendix C12: Basis of Estimates (BOE) for Other Direct Costs (ODC): [no maximum page limit but material shall be on appendix topic] Offerors shall submit a BOE supporting the proposed hours in subcontracts, costs for travel and other direct costs by WBS/Major Task, Subtask (level 3). The BOE for subcontracts shall include sufficient detail to identify: what work is being performed, why the offeror believes the proposed person-loading is sufficient, and that the labor mix is appropriate for each task of the SOW for each subcontractor. Where it is applicable historical data for similar tasks shall be identified; if a government contract the Government contract number shall be used, along with any judgment factors that were applied. The applicability of the historical data shall be explained, and all factors shall be defined and justified. Travel shall be broken out in all cost types, with a basis of estimate for each type. The number of travelers, purpose related to WBS, location and duration of each trip shall be clearly defined.

III-1.5.9.23. Appendix D1: Abbreviations and Acronyms: [no maximum page limit but material shall be on appendix topic] Identify any and all abbreviations and acronyms that are used in the proposal. Items shall be listed in descending alphabetical order and include the full terminology that the abbreviation or acronym stands for. Please limit the use of abbreviations and acronyms to ones in common scientific / engineering / finance / management use.

III-1.5.9.24. Appendix D2: Labor Category Dictionary: [no maximum page limit but material shall be on appendix topic] Provide list of the proposed labor pools and a brief description of their function/role in the proposed project.

III-1.5.10. Guidelines for Submission of Other than Cost or Pricing Data: The Contracting Officer has anticipated that Adequate Price Competition does exist. Offerors are requested to submit in its proposal information described in FAR 15.403-5, Instructions for Submission of Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data [Reference FAR 15.403-4]. This information will be used to support price reasonableness and cost realism.

III-1.5.11. Changes to Business/Price Information: Changes to a previously submitted business/price submission shall include documentation indicating how a previous submission is impacted or affected.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 36 of 43

ART Call 2

Page 37: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

IV. PROPOSAL CONTENT SUMMARY:

IV-1. Ineligibility:

Offeror(s) may be ineligible for award if all requirements of this solicitation are not met on the proposal due date. Reference Call 1 section VI for a checklist of the requirements.

IV-2. Submission Dates and Times:

Proposal will be due at 30 January 2017. Proposals received after the due date and time specified shall be governed by the provisions of FAR 52.215-1(c)(3). Proposal shall be submitted to:

Directorate of ContractingAFTC/PZRA Attn: Timothy Palen, Contracting Officer5 South Wolfe Avenue, Bldg 2800Edwards AFB, CA 93524

IV-3. Incorrect Submittal:

Proposals sent only by electronic media such as Fax, E-mail, Compact Disk, Floppy Disk, Flash Drive will not be considered.

IV-4. Funding Restrictions:

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, but may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18.

V. PROPOSAL REVIEW INFORMATION:

V-1. Proposal Evaluations: Two sets of criteria will be applied to the proposals. The first set is for the IDIQ contract proposal (V-2) and the second set (V-3) is for the individual project proposals.

V-2. IDIQ Evaluation Criteria: The following criteria will be used to determine whether a source will be selected for award. The Government reserves the right to select all, some, none, or part of the proposals received in response to this announcement, subject to the availability of funds. The selection of the source for funding and contract award shall be based upon an integrated best value assessment considering the technical and management merit. A scientific and engineering evaluation or peer review will be conducted on all proposals received, in accordance with FAR 6.102. Each IDIQ proposal will only be evaluated on criteria contained in this section. Each IDIQ proposal evaluation shall consider the technical and management aspects. The technical evaluation criteria are more important than management evaluation criteria (Technical Criteria > Management Criteria)

V-2.1. Technical Evaluation Criteria: Technical criterion 1 is more important than criterion 2.

V-2.1.1. Criterion 1 – Understanding of the Problem Distribution A: Approved for public release; distribution unlimited.

Public Affairs Clearance Number 16239

BAA-RQR-1Page 37 of 43

ART Call 2

Page 38: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

V-2.1.1.1. Description of how the proposed program addresses the BAA I-1.1.1, BAA I-1.1.2, BAA I-1.1.3, and BAA I-1.2 statement of needs and the Call 2 Technology Development Areas (I-1.5).

V-2.1.1.2. Accurate statement of the current capabilities of SRM technology and the challenges in development of new technologies.

V-2.1.2. Criterion 2 – Technical Approach

V-2.1.2.1. Identification and alignment of offeror’s technology capabilities and capacity with the TDAs.

V-2.1.2.2. Application of systems engineering processes in definition and verification of requirements/objectives, product development, and verification and validation.

V-2.1.2.3. Consistent and effective application of risk management processes including identification of technologies for development.

V-2.2. Management Evaluation Criteria: Criterion 1 and 2 are of equal importance.

V-2.2.1. Criterion 1 – Resource Management

V-2.2.1.1. Demonstrated ability to manage resources within schedule and budget while meeting technical and programmatic requirements.

V-2.2.1.2. Planned use of personnel with appropriate skill sets in a highly effective manner, including efficient use of subcontractors and consultants.

V-2.2.1.3. Judicious organizational control lines and reporting paths, both internal and external (to/from subcontractors and to/from Government) that create a personnel management approach suitable for a research effort of this nature

V-2.2.2. Criterion 2 - Capabilities

V-2.2.2.1. Identified currently available capabilities and capacities to perform projects under the IDIQ contract.

V-2.2.2.2. Past performance demonstrates use of offeror’s capability to develop and transition SRM technology.

V-2.3. Review and Selection Process: Proposals will be evaluated for technical and management at the same time; proposals will be categorized as identified in BAA section IV-7. Those proposals receiving a CAT I or CAT II rating will then move to project evaluations.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 38 of 43

ART Call 2

Page 39: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

V-3. Project Evaluation Criteria: The following criteria will be used to determine whether a source will be selected for award. The Government reserves the right to select all, some, none, or part of the proposals received in response to this announcement, subject to the availability of funds. The selection of the source for funding and contract award shall be based upon an integrated best value assessment considering the technical and management merit and price. A scientific and engineering evaluation or peer review will be conducted on all proposals received, in accordance with FAR 6.102. Each project proposal will only be evaluated on criteria contained in this section. Each project proposal evaluation shall consider the technical, management, and price aspects. The technical evaluation criteria are more important than management evaluation criteria, which are more important than the price evaluation criteria. (Technical Criteria > Management Criteria > Price Criteria)

V-3.1. Technical Evaluation Criteria: Technical criterion 1 is more important than criterion 2, and criterion 2 is more important than criterion 3. (criterion 1 > criterion 2 > criterion 3)

V-3.1.1. Criterion 1 – Understanding of the Problem

V-3.1.1.1. Accurate statement of the problem including technology baseline definition and program goals.

V-3.1.1.2. Description of how the proposed program addresses BAA I-1.1.1, BAA I-1.1.2, BAA I-1.1.3, and BAA I-1.2 statement of needs and the relevant Technology Development Area (I-1.5).

V-3.1.2. Criterion 2 – Technical Approach

V-3.1.2.1. Identification and accurate description of the technology to be developed and a logical and viable path to a final product, including technology entrance and exit criteria.

V-3.1.2.2. Application of a systems engineering process for verification and validation of program results, including assessment of sources of errors, model and/or measurement uncertainty, and program objectives.

V-3.1.3. Criterion 3 – Risk Management

V-3.1.3.1. Consistent and effective application of risk management throughout program including selection of proposed technology development

V-3.1.3.2. Identification of the key technical, management, cost, and schedule risks, including both the likelihood and consequence of occurrence and the rationale behind the likelihood and consequence determinations

V-3.1.3.3. Identification of appropriate mitigation approaches for each risk identified that reduces the risk to an acceptable level or provide reasonable justification for accepting the risk at its current risk level

V-3.2. Management Evaluation Criteria: Criterion 1 is more important than criterion 2 and 3; criterion 2 and 3 are of equal importance to each other. (criterion 1 > criterion 2 = criterion 3)

V-3.2.1. Criterion 1 - Resources

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 39 of 43

ART Call 2

Page 40: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

V-3.2.1.1. Demonstration of executable program based on SOW, WBS, program schedule, labor mix schedule, and BOE.

V-3.2.1.2. Planned use of personnel with appropriate skill sets to achieve program goals in a highly effective manner.

V-3.2.1.3. Efficient use of subcontractors, consultants, and small businesses, including definition of their roles to particular program tasks.

V-3.2.2. Criterion 2 - Personnel Management

V-3.2.2.1. Application of preeminent key personnel for defined roles and responsibilities focused on highly effective execution of effort

V-3.2.2.2. Judicious organizational control lines and reporting paths, both internal and external (to/from subcontractors and to/from Government) that create a personnel management approach suitable for a research effort of this nature

V-3.2.3. Criterion 3 - Capabilities

V-3.2.3.1. Demonstrated facilities and capabilities to perform proposed work.

V-3.2.3.2. Past performance to demonstrate capabilities to perform proposed work.

V-3.3. Project Price Evaluation Criteria: To be acceptable, an offeror’s price shall be fair and reasonable. This entails, being reasonable, realistic, and affordable. It is anticipated that Adequate Price Competition (APC) will be achieved between the offers received. Offerors are requested to submit cost or pricing data IAW FAR 15.403-4.

V-3.3.1. Reasonableness. Is the proposed price reasonable when compared to the Independent Government Cost Estimate (IGCE)? In addition, is the proposed price complete as compared to the IGCE? Reasonableness is defined as comparable with current industry costs. A reasonable price is considered complete when a full listing of all cost elements and their rates are likely to be applied to various program tasks.

V-3.3.2. Realism. Includes an independent review and evaluation of specific elements of each offeror’s proposed estimate to determine whether the estimated proposed cost elements are realistic for the work to be performed; reflect a clear understanding of the requirements; and are consistent with the unique methods of performance and materials described in the offeror’s proposal; i.e. types and quantities of labor, materials, subcontracts, other direct costs, etc. proposed in Labor Mix Schedule and Basis of Estimates track to pricing schedules. A probable cost will be developed for each offer.

V-3.3.3. Affordability. A proposal is affordable if it is within the funding profile provided by the Government. In addition, a proposal is affordable if it is comparable to the probable cost. This assessment will consider the annual funding requirements as well as the total program needs.

V-3.4. Review and Selection Process:

Proposals will be evaluated for technical, management, cost realism, and affordability at the same time. After evaluating for technical, management, cost realism, and

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 40 of 43

ART Call 2

Page 41: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

affordability proposals will be categorized as identified in BAA section IV-7 and funding selection will occur. This marks the end of the proposal evaluation period. The Government reserves the right to enter into negotiations with those companies selected for funding in order to arrive at a final reasonable price (para. II-3 above applies).

VI. PROPOSAL CONTENT CHECKLIST:

You may be ineligible for award if all requirements of this solicitation are not met on the proposal due date.

VI-1. Proposals are due to the specified point of contact.

VI-2. Proposals are due no later than the due date and time specified in this announcement.

VI-3. Proposal page limits are strictly enforced.

VI-4. Completed Representations and Certifications are due with the proposal. Representations and Certifications can be found at https://www.sam.gov. The Section K Addendum from the Model Contract shall be completed; the model contract will be posted on the FBO.gov website with the announcement of this BAA.

VI-5. For any subcontracts proposed, the proposal shall contain a subcontractor analysis IAW FAR 15.404-3(b).

VI-6. Appendix C6 shall contain any exceptions to the sample Model Contract Terms and Conditions. However, be advised that the document awarded may include contract line items (CLINs)/clauses/articles in addition to those in the models, and/or some of the CLIN/clauses/articles in the models may be deleted, depending on the specific circumstances of the individual program. Any additions or deletions will be discussed with the offeror prior to award of the document. In the interests of transformation and streamlining and in order to be in position to award within days of completion of the technical evaluation, it is imperative that each offeror review the model contract appropriate for its business type and provide in the proposal any exceptions to terms and conditions and the rationale for it.

VI-7. Offerors other than small businesses shall include a subcontractor plan.

VI-8. Proposals shall be submitted in the format specified in Call 2 section III

VI-8.1. IDIQ proposal checklist

___ A cover sheet with all markings

___ Table of Contents with sections, appendices, tables and figures

___ Section 1: IDIQ Overview

___ Section 2: Program Management

___ Section 3: Risk Management and Systems Engineering

___ Section 4: Related Past Performance

___ Section 5: Company’s Physical Capability

___ Appendix A: Statement of Work (SOW)

___ Appendix B: Compliance Matrix Distribution A: Approved for public release; distribution unlimited.

Public Affairs Clearance Number 16239

BAA-RQR-1Page 41 of 43

ART Call 2

Page 42: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

VI-8.2. Project proposal checklist

___ A cover sheet with all markings

___ Table of Contents with sections, appendices, tables and figures

___ Section 1: Project Overview

___ Section 2: Contractor Baseline Definition And Technologies

___ Section 3: Proposed Technologies

___ Section 4: Project Plan

___ Section 5: Project Management

___ Section 6: Risk Management and Systems Engineering

___ Appendix A1: Statement of Work (SOW).

___ Appendix A2: Compliance matrix

___ Appendix A3: Verification and Validation Plan (V&V)

___ Appendix A4: Risks and Mitigations in BAA Format

___ Appendix A5: References

___ Appendix B1: Work Breakdown Structure (WBS) and WBS Dictionary

___ Appendix B2: Program Schedule

___ Appendix B3: Resumes

___ Appendix B4: Company’s Physical Capability Table

___ Appendix B5: Related Past Performance

___ Appendix C1: Proposal Cost Summary in BAA format

___ Appendix C2: Cost Summary by Government Fiscal Year in BAA format

___ Appendix C3: Cost Summary by Cost Element in BAA Format

___ Appendix C4: Data Rights and Exceptions

___ Appendix C5: Government Furnished Equipment or Data

___ Appendix C6: Contract Exceptions [unlimited]

___ Appendix C7: Resource Allocations in BAA format

___ Appendix C8: Labor Mix Schedule by WBS in BAA format

___ Appendix C9: Subcontractor plan

___ Appendix C10: Basis of Estimates for Manpower

___ Appendix C11: Basis of Estimates for Material

___ Appendix C12: Basis of Estimates for Other Direct Costs

___ Appendix D1: Abbreviations and Acronyms Distribution A: Approved for public release; distribution unlimited.

Public Affairs Clearance Number 16239

BAA-RQR-1Page 42 of 43

ART Call 2

Page 43: CALL 2 DESCRIPTION - files.nc.gov€¦  · Web viewOptical disks with the Microsoft Word version of the proposal shall be submitted with the hard copies of ... cannot meet KPP or

___ Appendix D2: Labor Category Dictionary

VI-9. Offerors who have Forward Pricing Rate Agreements (FPRA’s) and Forward Pricing Rate Recommendations (FPRR’s) should submit them with their proposal.

VI-10. If a DD254 is applicable, offerors shall verify their Cognizant Security Office information is current with Defense Security Service (DSS) at www.dss.mil.

Distribution A: Approved for public release; distribution unlimited.Public Affairs Clearance Number 16239

BAA-RQR-1Page 43 of 43

ART Call 2