Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1995 PSA#1323

Phillips 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