|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1995 PSA#1323Phillips Laboratory/PKWA, Directorate of Contracting, Advanced Weapons
& Survivability Division, 2251 Maxwell Ave SE, Kirtland AFB NM
87117-5772 A -- HIGH POWER MICROWAVE (HPM) SUPPRESSION OF ENEMY AIR DEFENSES
(SEAD) TECHNOLOGY DEMONSTRATION SOL F29601-95-R-0015 POC Maria E.
Chavez, Contract Specialist, 505/846-6878. Organizations having
capabilities to perform R&D to design, fabricate, and demonstrate
technology for an HPM SEAD brassboard are invited to submit a
description of their Statement of Capabilities (SOC) for consideration
to perform all of this effort. The application of HPM technology to
the SEAD mission involves burning out the sensitive electronic
components of air defense systems using microwave energy. Effects
experiments are being conducted to determine the required HPM pulse
parameters to define the required source characteristics. Preliminary
concept studies are being accomplished in the areas of pulse power
generation, radio frequency extraction, antenna design, and component
integration to tie all of the elements together. This technical effort
further develops government HPM source technology research. The
contractor shall conduct design studies to define the design goals,
then use government furnished information on source technology to
design and fabricate brassboard hardware for further government
testing. The SOC will be evaluated as follows: (1) How well a clear
understanding of applying systems engineering to the design,
fabrication, and technology demonstration of an HPM brassboard to be
used for the SEAD mission is demonstrated. (2) Demonstration of ability
to perform this effort in an integrated and efficient manner. The
Government will base the evaluation on how well the offeror provides a
credible, rational approach to fulfilling the requirements for the
design, fabrication, and technology demonstration of an HPM SEAD
brassboard. This Synopsis is not a request for proposals. Foreign firms
should be aware that restrictions apply which preclude participation in
this acquisition. SECRET security clearance is required. Handling of
Classified Information will be in accordance with AFI 31-401, Managing
the Information Security Program and DOD 5200.1-R, Information
Security Program Regulation. A cost plus fixed fee (CPFF) type of
contract is contemplated. Replies to this synopsis must reference RFP
number F29601-95-R-0015 and be received within 30 calendar days after
date of publication of this announcement. Reply must include an
original SOC and one copy. The technical qualifications response shall
be limited to a maximum of 25 pages not including resumes. Information
submitted should be pertinent and specific in the technical area under
consideration, on each of the following qualifications: (1)
Experience: an outline of previous projects, specific work previously
performed or being performed and any in-house research and development
effort, (2) Personnel: Name, professional qualifications and specific
experience of scientist, engineers and technical personnel who may be
assigned as principal investigator and/or project officer, (3)
Facilities: Availability and description of special facilities required
to perform in the technical areas under consideration. A statement
regarding industrial security clearance. Any other specific and
pertinent information as pertains to this particular area of
procurement that would enhance our consideration and evaluation of the
information submitted. The preparation of proposals or performance of
this contract will require access to military critical technical data,
dissemination of which is controlled under the Export Control Act, 22
U.S.C. 2751 et seq., or Executive Order 12470 et seq. Only those
contractors who are on the Certified Contractors Access List (CCAL) may
receive such information. Request DD Form 2345 certification and
registration from the Defense Logistics Services Center (DLSC), Federal
Creek, 74 North Washington, Battle Creek, Michigan 49016-3412
(1-800-352-3572) as soon as possible. Dissemination of export
controlled information must be according to the provisions of DoD
directives 5230.24 and 5230.25 and AFI 61-204. Submit qualification
response to Phillips Laboratory/PKWA (Maria Chavez), Directorate of
Contracting, 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5772.
Submission of a copy of the certified DD Form 2345 and the company~s
Commercial and Government Entity (CAGE) Code will place respondees on
the bidders list to receive the Draft Request for Proposal and
subsequent documents. All documents will be mailed to the address
identified in block 2 of the DD Form 2345. Submit only unclassified
information for evaluation and consideration. Interested contractors
must indicate whether they qualify under Standard Industrial code 8731,
Size standard 1000 employees, as a small business. Contractors must
advise if they qualify as a Small Business, a Small Disadvantaged
Business, 8(a), a woman owned, or a historically Black college or
university or minority institution. The government reserves the right
to set aside these services for qualifying 8(a) businesses, small
disadvantaged businesses, small businesses, or Historically Black
Colleges and Universities and Minority Institutions. An ombudsman has
been appointed to hear concerns from offerors or potential offerors
during the proposal development phase of this acquisition. The purpose
of the ombudsman is not to diminish the authority of the program
director or Contracting Officer, but to communicate contractor
concerns, issues, disagreements, and recommendations to the appropriate
government personnel. Before contacting the ombudsman, potential
offerors should first communicate with the Contracting Officer. In
those instances where offerors cannot obtain resolution from the
Contracting Officer, they are invited to contact the PL Ombudsman,
Bruce Grunsten in the Directorate of Contracting at 505-846-8273, or at
2251 Maxwell Avenue SE Kirtland AFB, NM 87117-5772. When requested, the
ombudsman will maintain strict confidentiality as to the source of the
concern. The ombudsman does not participate in the evaluation of
proposals or in the source selection process. For contract questions
contact Maria Chavez at 505-846-6878 or for technical questions call
Captain Richard Miller at 505-846-0697. (0100) Loren Data Corp. http://www.ld.com (SYN# 0013 19950411\A-0013.SOL)
A - Research and Development Index Page
|
|