|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19,1995 PSA#1455Phillips Laboratory/PKLA, Lasers & Imaging Division, 2251 Maxwell Ave
SE, Kirtland AFB, NM 87117-5773 A -- ATMOSPHERIC COMPENSATION AND IMAGING TECHNOLOGY SUPPORT SOL
F29601-96-R-0004 POC Teresa Martinez, Contract Specialist,
AC505/846-2240, Telefax AC505/846-1546. Atmospheric Compensation and
Imaging Technology Support (ACITS) F29601-96-R-0004. Points of Contact
are Ms. Teresa Martinez, Contract Specialist, PL/PKLA, AC505/846-2240,
telefax AC505/846-1546 or the Contracting Officer, Ernestine Stewart,
PL/PKLA, AC505/846-0150, telefax AC505/846-1546. This announcement will
serve as notice that the Air Force Phillips Laboratory, Lasers and
Imaging Directorate, Kirtland Air Force Base, New Mexico intends to
contract for the analysis, development, simulation, as well as provide
scientific evaluation and technical assistance in the area of
atmospheric physics and adaptive optics compensation for ground based
laser (GBL), air based laser (ABL), and imaging technology. The
contractor will analyze and simulate techniques and experiments for the
Starfire Optical Range (SOR) experiments and develop theoretical and
analytic models that are consistent with recent measurement programs at
SOR. The contractor will develop and integrate analytic propagation
techniques and perform wave optics simulations of optical propagation
across paths simulating GBL and ABL engagement environments. The
contractor will make use of, to the extent practical, existing wave
optics propagation codes. The contractor will develop, as needed, phase
retrieval and tilt recovery algorithms for high turbulence situations
and will make modifications to existing theory, simulation, and
hardware testbeds. The contractor will model the details of experiments
to a very high level of fidelity, including atmospheric phase screens,
deformable mirrors, wavefront sensors, higher order compensation,
laser propagation, tilt anisoplanatism compensation, and trackers. The
contractor will perform stability and noise gain analysis for various
atmospheric beacon concepts when backscatter signal to noise ratio is
included. The contractor will review design and experimental
activities by the ABL prime contractor(s). The contractor will attend
meetings, review data, perform simulations, and provide an independent
assessment of ABL system performance as the system concept matures and
as a more comprehensive model of the atmopheric turbulence structures
evolves. The contractual effort is contemplated to be a five year
period of performance under a Cost Plus Fixed Fee with a Level of
Effort arrangement. The classification of the contract will be TOP
SECRET, Sensitive Compartmented Information. Security clearances will
be required. Foreign firms are advised they will not be allowed to
participate. Access to Export-Controlled Data is required on this
effort (see 10 U.S.C 140 (C)). Offerors must be currently certified and
are registered by the Defense Logistics Services Center (DLSC), Battle
Creek Michigan 49016-3412 (1-800- 352-3572) in order to be considered
a responsible contractor under this acquisition and to receive
export-controlled technical data. Dissemination of export controlled
information must be according to the provisions of DoD Directives
5230.24 and 5230.25 and AFR 80- 34. Release of the formal RFP will
occur on or about 3 Jan 1996. Note that in accordance with new
acquisition policies, the RFP will include a Statement of Objective
rather than a Statement of Work. Offerors will submit a Statement of
Work as part of their proposal. Interested parties may request a copy
of the RFP in writing or by telefax to Ms. Teresa Martinez, Contract
Specialist, at the address/telefax number listed below. All requests
must include company name, mailing address, and company size status
under Standard Industrial Classification (SIC) Code 8711, size standard
$20 million apply. Within 20 working days from publication, only
interested small businesses need include a statement of capability to
assist the Government in making a set-aside decision. Based upon
responses to this announcement, the Government may elect to set aside
this acquisition for small business, small disadvantaged businesses,
qualifying 8(a) businesses, or historically black colleges and
universities and minority institutions. Information submitted in the
statements of capability 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 scientists, engineers and
technical personnel who may be assigned as principal investigator
and/or project officer, (3) Facilities: Availability and description of
facilities required to perform in the technical areas under
consideration. Include any other specific and pertinent information as
pertains to this particular area of procurement that would enhance our
consideration and evaluation of the information. The statements of
capability shall be limited to 25 pages in addition to resumes, and
pertinent samples of documentation (i.e. design, characterization,
field testing and lab facility reports), the latter not to exceed 10
pages. An original statement of capability and two (2) copies should be
sent to Ms. Teresa Martinez, Contract Specialist. Points of Contact for
this acquisition are: For contracting issues: Ms. Teresa Martinez,
Contract Specialist, PL/PKLA, 2251 Maxwell Avenue SE, Bldg. 499, Room
121, Kirtland AFB, NM 87117-5773, AC505/846-2240, telefax
AC505/846-1546, for technical issues, Captain Carl Maes, PL/LIG,
AC505/846-4712 extension 331, telefax AC505/846-2213. Information
concerning this procurement is also available on the STARS electronic
bulletin board maintained by the Directorate of Contracting at
AC505/846-5854 (no parity, 8 databits, 1 stopbit). 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 to receive and communicate serious concerns from
potential offerors when an offeror prefers not to use established
channels to address concerns during the proposal development phase of
the acquisition. Potential offerors should communicate first with the
Contracting Officer to request information, pose questions, and voice
concerns before contacting the Ombudsman. In those instances where
offerors cannot obtain resolution from the Contracting Officer, they
are invited to contact the PL Ombudsman, Colonel James D. Ledbetter,
Phillips Laboratory Vice Commander, at AC505/846-4964, or at 3550
Aberdeen Avenue SE, Kirtland AFB, NM 87117-5776. The alternate PL
Ombudsman is Mr. Bruce Grunsten in the Directorate of Contracting,
PL/PKM at AC505/846-8273, or at 2251 Maxwell Avenue SE, Kirtland AFB,
NM 87117-5772. (0290) Loren Data Corp. http://www.ld.com (SYN# 0013 19951018\A-0013.SOL)
A - Research and Development Index Page
|
|