|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 29,1996 PSA#1541WL/AAKE, Bldg. 7 2530 C Street A -- S-BAND POWER TRANSISTOR SOL BAA 96-03-AAKE DUE 022796 POC Don
Robinson, Contract Negotiator, 513-255-3379. 17. INTRODUCTION: Wright
Laboratory (WL/AAKE) is interested in receiving proposals (technical
and cost) on the research effort described below. Proposals in response
to this BAA shall be submitted by 12 Apr 96, 1500 hours Eastern Time,
addressed to Wright Laboratory, Directorate of R&D Contracting,
Building 7, Area B, Attn: Donald Robinson, WL/AAKE), 2530 C Street,
Wright-Patterson AFB OH 45433-7607. 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 submission after the cutoff date
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. There will be no other solicitation
issued in regard to this requirement. This BAA may be amended to allow
subsequent submission of proposal dates. Offerors should be alert for
any BAA amendments that may be published. 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 WL/AAKE, Wright-Patterson AFB, OH 45433-7607, telephone (513)
255-3379 or obtained via the world wide web site:
www.wl.wpafb.af.mil/contract. B--REQUIREMENTS, (1) Technical
Description: The Air Force is interested in procuring a program to
develop an S-band power transistor which would enable the production of
solid state transmitters to replace microwave tubes in radar systems.
The minimum demonstration goal for this program is a 150 W, 45%
efficient transistor. This packaged, replacement-type transistor must
demonstrate a flat 250 microsecond pulse at 10% duty factor and operate
at 3 GHz with a 10% bandwidth, but the more power and higher power
added efficiency per device, the better. Also, a development approach
applicable to L-band and UHF and extendible to wide-band operation is
desirable. Extensive work has been done in developing and optimizing
silicon bipolar junction transistors (BJT) at S-band and lower
frequencies. In conventional designs and packages a BJT provides about
100 watts at 3 GHz over this pules width. Solid state transmitters
combine transistors in series arranged gain stages with the final stage
combining many devices, or amplifier modules, in parallel to maximize
the output power. Transmitter and amplifier module efficiency is
largely determined by the quality of the individual transistors and the
minimization of lossy circuit combining technology. Power transmitters
also benefit greatly in size, efficiency, and cost from using the
lowest number of high quality components. For this program, transistor
designs and development approaches shall utilize as much as possible
semiconductor materials and device expertise presently existing within
the bidder's organization or with subcontractors. This expertise shall
be focused on demonstrating significantly improved device power and
efficiency. Semiconductor material growth and transistor cell design
and processing for optimized performance is required. Materials
subcontracting or obtaining specialized technologies (e.g. packaging)
from outside, as opposed to restricting material selection and
technology to internal corporate capabilities, is permitted. This
program involves the selection of (a) a candidate semiconductor
material (e.g. Si, SiGe, GaAs, InP, SiC, etc.) and device type (e.g.
MESFET, MOSFET, BJT, HBT, HEMT, SIT, etc.), (b) a transistor cell and
cell combining design to achieve transistor RF performance
requirements, and (c) assembly and packaging technology to assure
electrical and thermal conditions conducive to reliable operation at RF
specifications. Transistor designs shall be performed to the extent
possible using CAD modules and device simulation and design software.
The general technical development approach selected should be
applicable to L-band frequencies and to wide-band (i.e., octave)
operation. A minimum of three design, fabrication, and evaluation
cycles shall be performed on the selected transistor type. Twenty-five
S-band transistors of the final design shall be delivered. Yield and
cost projections for the fabrication of devices in large quantities
shall be performed. (2) Deliverable Items: The following deliverable
data items shall be proposed: (a) Status Report, DI-MGMT-80368A/T,
monthly, (b) Funds and Man-hour Expenditure Report DI-FNCl-80331/T (c)
Project Planning Chart, DI-MGMT-80507A/T, monthly, (d) Contract Funds
Status Report (CFSR), DI-FNCL-81468/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). At the conclusion of the program twenty five (25)
packaged power transistors shall be delivered to the Air Force. (3)
Security Requirements: None. (4) Other Special Requirements:
International Trade in Arms Restrictions apply. C--ADDITIONAL
INFORMATION: (1) Anticipated Period of Performance: The total length of
the technical effort is estimated to be 36 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) Government
Estimate: The government anticipates total program funding of
$1,000,000. (4) Type of Contract: Cost Plus Fixed Fee (CPFF) or Cost
(no fee). Any grants or cooperative agreements awarded will be cost (no
fee) or cost sharing and will be subject to the mutual agreement of the
parties. (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 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 instructions
contained in the WL ''PRDA and BAA Guide for Industry'' referenced in
Section A of this announcement. Technical and cost proposals, submitted
in separate 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. Proposals shall not be
submitted via facsimile. All responsible sources may submit a proposal
which shall be considered against the criteria set forth in Section E
- Basis for Award. Offerors are advised that only contracting officers
are legally authorized to contractually bind or otherwise commit the
government. (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 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/phases proposed to be
accomplished under the proposed effort and suitable for contract
incorporation. Offerors should refer to the WL Guide referenced in
Section A to assist in SOW preparation. Any questions concerning the
technical proposal or SOW preparation shall be referred to the
Technical Point of Contact cited in this announcement. (3) Cost
Proposal: The accompanying cost proposal/price breakdown shall be
supplied on an SF 1411, together with supporting schedules, and shall
contain a person-hours breakdown per task/phase. Copies of the
above-referenced forms may be obtained from the contracting office
cited. (4) Page Limitations: The technical proposal shall be limited to
100 pages (12 pitch or larger type), double-spaced, single-sided, 8.5
by 11 inches. The page limitation includes all technical information,
i.e. indexes, photographs, foldouts, appendices, attachments, etc.
(other than the specific exemptions stated above). 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 pages 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
BAA is not considered an allowable direct charge to any resulting or
any other contract. 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 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 arranged in descending order of importance: (a) Soundness of
Technical Approach, (b) Understanding of Problem, (c) New and
Innovative Solutions, (d) Specific Experience and Facilities, and (e)
Compliance with Requirements. 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, cooperative
agreement, or grant any, all, part, or none of the proposals received.
F--POINTS OF CONTACT: (1) Technical Contact Point: Engineer, John
King, WL/AADM, Bldg 620, 2241 Avionics Circle Suite 25,
Wright-Patterson AFB, Oh 45433-7327, (513) 255-7659. (2) Contracting
Point of Contact: Contract Negotiator, Donald Robinson, WL/AAKE, Bldg.
7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607, (513) 255-3379.
(0058) Loren Data Corp. http://www.ld.com (SYN# 0002 19960228\A-0002.SOL)
A - Research and Development Index Page
|
|