|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,1995 PSA#1316325th 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
|
|