Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,1995 PSA#1316

325th Contracting Squadron, 501 Illinois Ave, Suite 5, Tyndall AFB, FL 32403-5526

A -- ION VAPOR DEPOSITION OF HEAVY METALS PROGRAM RESEARCH AND DEVELOPMENT SOL TYN PRDA 95-01-0001 due 042795. Contact Capt Mario J. Troncoso, Contract Specialist, 904-283-8664; Larry Edwards, Contracting Officer. A. ION VAPOR DEPOSITION OF HEAVY METALS PROGRAM RESEARCH AND DEVELOPMENT ANNOUNCEMENT SOL TYN PRDA 95-01-0001 due 042795. POC Lt Ray Smith, Program Manager, AC 904/283-6462; Mr. Larry Edwards, Contracting Officer, 904/283-8661. The Environmental Compliance Division of the Environics Directorate of the Air Force's Armstrong Laboratory (AL/EQS-OL) is interested in receiving proposals (technical and cost) on the research efforts described below. Proposals submitted in response to this announcement shall reference the PRDA number identified above. Responders will ensure that the amounts proposed will be valid for a minimum of 180 days from the date of the proposal. This announcement is open and effective until 27 April 95. There will be no formal request for proposals or other solicitations regarding this announcement. Proposals shall be submitted with an original, plus three (3) copies, not exceeding 50 double spaced pages. Proposals shall be maield to 325th CONS/COP, ATTN: Capt Mario J. Troncosco, 501 Illinois Ave., Suite 5, Tyndall AFB, FL 32403-5526 no later than 17 April 95, 2:00 P.M. C.S.T., in order to be considered for an award. This is an unrestricted solicitation. Proposals submitted after 27 April 95 may be reviewed and held for possible action for a period of one year from receipt of proposal at the discretion of the Air Force. Individual proposal evaluations will be evaluated as they are received. unpriced options will not be considered for award. The Air Force may use Research and Development Streamlined Contracting procedures in making an award. B. REQUIREMENTS: (1) Technical Description: The Environmental Compliance Division of the Environics Directorate of the U.S. Air Force Armstrong Laboratory is interested in procuring a program to develop an ion vapor deposition technology on a bench-scale for the deposition of heavy metals and heavy metal alloys (other than aluminum). This research is geared toward developing an alternative to current electroplating operations. This technology would reduce emissions of hazardous materials and aid in achieving compliance with regulatory requirements. The primary interest is in a technology that can form high quality thin films which are smooth and continuous but provide very strong adhesion to the metallic substrate. The process must be efficient and able to be scaled-up to accommodate a wide range of aircraft and missile component parts. Approaches to nitride by adding a gas flow to the deposition to withstand higher operating temperatures, increase corrosion resistance, hardness, and reduce wear rates for the substrate will alos be considered. Other potential applications of significant interest are the eliminateion of the use of electroplated cadmium in prop-domes of the C-130 and other specific applications, such as coating the internal cylindrical surfaces of aircraft part and the lead edges of aircraft control surfaces. There is no significant interest in developing plating technologies outside the realm of ion vapor deposition. (2) Deliverable Items: The following deliverable items shall be proposed: (a) Funds and Man-hour Expenditure Report, DI-FNCL 80331, monthly (b) Project Planning Chart, DI-MGMT-80507A, monthly, (c) Contract Funds Status Report (CFSR), DI-F-6004B, quarterly, (d) Prsentation Material, DI-ADMIN-81373, as required, (e) Informal Technical Information Contractor's Billing Voucher, DI-S-30593, monthly, (f) Scientific and Technical Reports, DI-MISC-80711, (Draft and Reproducible Final), (g) Conceptual Design Drawings and Associated Lists, DI-DRPR-81001/T, (Contractor's Format) upon project completion, and (h) Life Cycle Cost Estimate Document, DI-F-1215/T upon project completion. C. ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be thirty-six (36) months. The contracto shall also provide for an additional four (4) months for processing/completion of the final report. (2) Expected Award Date: 27 July 1995. (3) Government Estimated: The Government anticipates approximately one (1) award to be made. (4) Type of Contract: Cost Plus Fixed Fee (CPFF). (5) Government-Furnished Property: None contemplated. (6) Size Status: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (7) Notice of Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force point cited above upon deciding to respond to this announcement. Foreign contractors should be award that restrictions may apply which could preclude their participation in this acquisition. D. PROPOSAL PREPARATION INSTRUCTION: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure ad Use of Data, to trade secrets or privileged commercial and financial information contained in the proposal. Technical and cost proposals, submitted in separate volumes, are required and must be valid for 180 days. Proposals must reference the above announcement number. Proposals shall be submitted in an original and three (3) copies. All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the Government. (2) Cost Proposal: The accompanying cost proposal/price breakdown shall be supplied on an SF 1411, together with supporting schedules, and shall contain a person-hour breakdown per task. Copies of the above-referenced forms may be obtained from the contracting office cited. (3) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. Additional information on prior work in this area, descriptions of available equipment, data and facilities, and resumes of personnel who will be participating in this effort should also be included as attachments to the technical proposal and are not included in the page limit. The technical proposal shall include a Statement of Work (SOW) detailing the technical tasks proposed to be accomplished under the proposed effort and suitable for contract incorporation. Any questions concerning the technical proposal or SOW preparation shall be referred to the Technical Point of Contact cited in this announcement. (4) Page Limitations: The technical proposal shall be limited to 50 pages (12 pitch or large type), double-spaced, single-sided, 8.5 by 11 inches. The page limitation includes all information, i.e. indexes, photographs, foldouts, appendices, attachments, etc. Pages in excess of this limitation will not be considered by the Government. Cost proposals have no limitations, however, offerors are requested to keep cost proposals to 75 pags as a goal. (5) Preparation Cost: This announcement does not commit the Government to pay for any response preparation cost. The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting or any other contract. E. BASIS FOR AWARD: The selection of the award will be based on an evaluation of an offeror's response (both technical and cost aspects) to determine the overall merit of the proposal in response to the announcement. The technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria which are of equal importance: (a) new and creative solutions; (b) the offerors's understanding of the scope of the technical effort; (c) soundness of offeror's technical approach; (d) the availability of qualified technical personnel and their experience with applicable technologies; (e) the offeror's past experience with innovative plating technologies; (f) academic/technical credentials of the Program Manager or Principal Scientist/Engineer who will lead the effort (resumes of key personnel to the level of Senior Engineer/Scientist are to be submitted in proposals); (g) man-hours dedicated to the project by the Program Manager or Principal Scientist/Engineer; and (h) organization, clarity, and thoroughness of the proposed SOW. Cost is ranked as the second order of priority. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time. The Air Force reserves the right to select for award of a contract or grant any, all part, or none of the proposals received. An award decision will be based on competitive selection of proposals resulting from a peer and/or scientific review. Proposals involving cooperative research arrangements awe welcome. Principal funding of this PRDA and the anticipated award of a contract will start in 3Q FY95. An award will not exceed thirty-six (36) months duration, with an initial funding of up to 1.5 to 2.0 man-years for the feasibility study for FY95. Foreign allied participation at the prime level is not permitted. The cost of preparing proposals in response to the announcement is not an allowable direct change to any resulting contract or any other contract, but may be an allowable expense to the normal bid and proposal indirect cost in FAR 31.205-18. F. POINTS OF CONTACT: (1) Technical Contact Point: (Lt Ray Smith, AC 904/238-6462). (2) Contracting/Cost Point of Contact: Questions related to the contract/cost issues should be directed to the 325 CONS/COP, ATTN: CAPT MARIO J. TRONCOSCO, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526, Commercial Number 904-283-8664. (086)

Loren Data Corp. http://www.ld.com (SYN# 0001 19950331\A-0001.SOL)


A - Research and Development Index Page