|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1996 PSA#1525Directorate of R&D Contracting, 2530 C Street, Building 7, Wright-
Patterson AFB OH 45 A -- ULTRAVIOLET SOLID STATE LASER SOL BAA #96-02-AAKE DUE 032296 POC
Mark D. Sauls, Contract Negotiator, (513) 255-3379 or Michele L.
Dickman, Contracting Officer, (513) 255-2976. A--INTRODUCTION: Wright
Laboratory (WL) is interested in receiving proposals (technical and
cost) on the research effort described in Section B. Proposals in
response to this BAA shall be submitted by 22 Mar 1996, 1500 hours
Eastern Standard Time, addressed to Attn: Mark Sauls, WL/AAKE, Building
7, 2530 C Street, Wright-Patterson AFB OH 45433-7607. Proposals shall
not be submitted via facsimile transmission. This is an unrestricted
solicitation. Small businesses are encouraged to propose on all or any
part of this solicitation. Proposals submitted shall be in accordance
with this announcement. Proposal receipt after the cutoff date and
time specified herein shall be treated in accordance with restrictions
of FAR 52.215-10, a copy of this provision may be obtained from the
contracting point of contact cited in Section F. There will be no other
solicitation issued in regard to this requirement. Offerors should be
alert for any amendments to this solicitation that may be published,
including changes to the proposal submission date. Offerors should
request a copy of the WL Guide entitled, ''PRDA and BAA Guide for
Industry.'' This guide was specifically designed to assist offerors in
understanding the PRDA/BAA proposal process. Copies may be requested
from the contracting point of contact. B--REQUIREMENTS: (1) Technical
Description: This program will investigate new or improved methods of
producing ultraviolet laser output. Emphasis will be on either the
conversion of laser output to shorter wavelengths or prime laser
sources producing ultraviolet wavelengths directly, not on the
development of new conversion materials. Several ultraviolet laser
applications are of interest, each with differing requirements. For
short-range laser communications, wavelengths of 230-270 nm are needed
to take advantage of aerosol scatter in the atmosphere. A pulse energy
of approximately 2 mJ, at repetition rates of several hundred Hz, and
10-20 ns pulsewidths are desired. Other major considerations are size
and power consumption, it being desirable for the laser to be less than
30 cubic centimeters and operate on less than 60 watts of input power.
For combustion diagnostics, discrete wavelengths corresponding to
those absorbed by combustion products are required. Examples include,
but are not limited to, 205 nm, 308 nm, 391.4 nm, and 427.8 nm. A few
watts at repetition rates on the order of 10-20 Hz and pulsewidths of
less than 10 ns are desired. Tunability over a 10 nm range around a
given wavelength of interest is also important for this application.
For lithography, a 10-watt laser with output in the 193-248 nm range is
of interest. The major concerns are laser reliability and cost, both
initial and recurring. For all applications, a conversion efficiency
from prime laser output to UV output of 30% is desirable, along with
the potential for scaling to higher output powers and efficiencies, and
smaller packages. Offerors may address any or all applications.
Proposals should address the limitations of the technology currently
available for the chosen application and propose innovative concepts
which promise more than small incremental improvements. This is a
technology development program. The objective is to demonstrate
improved performance of ultraviolet solid state lasers. If, however, a
demonstration proves to be particularly impressive, the Air Force may
wish to negotiate delivery of the breadboard laser used for the
demonstration. (2) Deliverable Items: The following deliverable data
items shall be proposed: (a) Status Report, DI-MGMT-80368/T, monthly,
(b) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T, monthly,
(c) Project Planning Chart, DI-MGMT-80507A/T, monthly, (d) Contract
Funds Status Report (CFSR), DI-F-6004B/T, quarterly, (e) Presentation
Material, DI-ADMN-81373/T, as required, (f) Scientific and Technical
Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly, and
(g) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and
Reproducible Final). (3) Security Requirements: None. C--ADDITIONAL
INFORMATION: (1) Anticipated Period of Performance: The total length of
the technical effort is estimated to be 32 months. The contractor shall
also provide for an additional 4 months for processing/completion of
the final report. (2) Expected Award Date: August 1996. (3) Air Force
Estimate: The Air Force funding profile is: FY96 - $100,000, FY97 -
$350,000, FY98 - $350,000, and FY99 - $150,000. This funding profile is
an estimate only. It is not a promise for funding, as all funding is
subject to change due to Air Force discretion and availability. (4)
Type of Instrument: Cost Plus Fixed Fee (CPFF) contract or Cost
contract (no fee). Award of a grant or cooperative agreement, in lieu
of a contract, will be considered and will be subject to the mutual
agreement of the parties. Any grants or cooperative agreements awarded
will be cost (no fee). (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 to Foreign-Owned
Firms: Such firms are asked to immediately notify the Air Force point
of contact cited below upon deciding to respond to this announcement.
Foreign contractors should be aware that restrictions may apply which
could preclude their participation in this acquisition. D--PROPOSAL
PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should
apply the restrictive notice prescribed in the provision at FAR
52.215-12, Restriction on Disclosure and Use of Data, to trade secrets
or privileged commercial and financial information contained in their
proposals. Proposal questions should be directed to one of the points
of contact listed below. Offerors should refer to the instructions
contained in the WL ''PRDA and BAA Guide for Industry'' referenced in
Section A of this announcement. Separate technical and cost proposal
volumes are required and must be valid for 180 days. Proposals must
reference the above BAA number. Proposals shall be submitted in an
original and five (5) copies. All responsible sources may submit a
proposal which shall be evaluated against the criteria set forth below
in Section E, Basis for Award. Offerors are advised that only
contracting officers are legally authorized to contractually bind or
otherwise commit the Air Force. (2) 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 discussed below. 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. Offerors should refer
to the WL Guide to assist in SOW preparation. Any questions concerning
the technical proposal or SOW preparation should be referred to the
technical point of contact cited below. (3) Cost Proposal: The cost
proposal/price breakdown shall be submitted on a SF 1411, together with
supporting schedules, and shall include a cost and manhour breakdown by
task. Copies of the above-referenced form may be obtained from the
contracting point of contact cited below. (4) Page Limitations: The
technical proposals shall be limited to 75 pages (12 point or larger
typeface), double-space, single-sided, 8.5 x 11 inches (21.6 x 27.9
cm). The page limitation includes all information, i.e., indexes,
photographs, fold-outs, appendices, attachments, etc. (other than the
specific exceptions stated above). Cost proposals have no page
limitation, however, offerors are requested to limit cost proposals to
75 pages as a goal. (5) Preparation Cost: This announcement does not
commit the Air Force to pay for any proposal preparation cost. The cost
of preparing proposals in response to this BAA is not an allowable
direct charge to any resulting award or any other procurement
instrument. However, it may be an allowable expense to the normal bid
and proposal indirect cost as specified in FAR 31.205-18. E--BASIS FOR
AWARD: The selection of one or more sources for award will be based on
an evaluation of an offeror's proposal (both technical and cost
aspects) to determine the overall merit of the proposal in response to
this announcement. The technical aspect, which is ranked as the first
order of priority, shall be evaluated based on the following criteria:
(1) Innovation - The offeror's proposal will be evaluated for
innovation and uniqueness. Novel approaches which promise improved
performance are desired. The proposal will be evaluated on the degree
to which approaches are shown to be theoretically feasible, if not yet
demonstrated experimentally. (2) Understanding the Problem - The
offeror's proposal will be evaluated on the degree to which it
demonstrates theoretical and experimental understanding of all laser
and nonlinear techniques, devices, and materials to be used. The
proposal will also be evaluated on the degree to which it demonstrates
an understanding of the requirements of the chosen application. (3)
Soundness of Approach - The offeror's proposal will be evaluated with
respect to the soundness, scalability, reliability, and simplicity of
the approach. (4) Compliance with Requirements - The offeror's proposal
will be evaluated on the degree to which all reporting requirements
have been addressed as well as demonstration of efficient and effective
management of technical activities. Cost is ranked as the second order
of priority. No other evaluation criteria will be used. The technical
and cost proposals will be evaluated at the same time. The Air Force
reserves the right to select for award any, all, part, or none of the
proposals received. F--POINTS OF CONTACT: (1) Technical Point of
Contact: Virginia McMillan, WL/AAJL, Building 22B, 2700 D Street, Suite
2, Wright-Patterson Air Force Base OH 45433-7405, (513) 255-3805, ext.
332. (2) Contracting/Cost Point of Contact: Mark Sauls, WL/AAKE,
Building 7, 2530 C Street, Wright-Patterson Air Force Base OH
45433-7607, (513) 255-3379. (0033) Loren Data Corp. http://www.ld.com (SYN# 0001 19960205\A-0001.SOL)
A - Research and Development Index Page
|
|