Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 15,1996 PSA#1552

Phillips Laboratory/PKLA, Directorate of Contracting, Lasers & Imaging Division, 2251 Maxwell SE, Kirtland AFB NM 87117-5773

A -- SEMICONDUCTOR LASER CUSTOM FABRICATION SOL F29601-96-R-0011 POC TERESA MARTINEZ, CONTRACT SPECIALIST, AC(505)846-2240, FAX (505)846- 1546, email martinet@plk.af.mil. Semiconductor Laser Custom Fabrication SOL F29601-96-R-0011. POC: Teresa Martinez, Contract Specialist, PL/PKLA (505)846-2240, fax (505)846-1546, Email address martinet@plk.af.mil, Barbara Steinbock, Contracting Officer, PL/PKLA, (505)846-2246, fax (505)846-1546, Paul Hillman, Project Officer, PL/LIDA, (505)846-2692, fax (505)846-4313. This announcement will serve as notice that the Air Force Phillips Laboratory, Lasers and Imaging Division, Semiconductor Laser Branch (PL/LIDA) intends to procure the services necessary to grow epitaxial semiconductor materials, and fabricate and mount semiconductor lasers involving noncommercially available designs in support of its programs. In order to meet program goals individual task orders may involve, but are not limited to, any number of the following services which the offeror should have demonstrated capabilities: epitaxial wafer growth, photo- lithography, wet and dry etching, thin film depositions (for processing and facet HR/AR coatings), and mounting and bonding for CW operation. The contractor will work cooperatively with PL/LIDA to determine all specifications and tolerances based on the requirements, and will be completely responsible for the fabrication. Epitaxial wafers may have various structural and uniformity requirements such as: GRINSCH-QW, strained QW, QW thickness, PL wavelength, etc. Specifications will include, but not be limited to: thickness uniformity, defect density, and doping level uniformity. The contractor should be capable of at least MOCVD epitaxy growth of InGaAs/AlGaAs on GaAs substrates. The wavelengths of interest may vary during the course of the contract, the contractor should be prepared to grow appropriate material for laser emission to be anywhere between 0.63 - 2.0 microns. Fabrication may entail buried and surface gratings, waveguide networks, ridge waveguides, and epi side down bonding to diamond heatsinks of broad area devices to allow cw operation. The contractor may be asked to characterize nonstandard processes, and a nondisclosure agreement may be entered if the process is proprietary. Completed wafers, bars, and/or mounted devices will be delivered to the PL, where final device characterization will be performed. A Cost Plus Fixed Fee (CPFF), Indefinite Delivery Indefinite Quantity Contract (IDIQ)is anticipated with a Two (2) year basic and Three (3) twelve-month options. The classification of the contract will be unclassified and security clearances are not required. Foreign owned firms are advised there are no restrictions as the possible prime contractor. Solicitation F29601-96-R-0011 will be issued on or about 30-APR-96 and will close 30 days thereafter. Note that in accordance with new acquisition policies, the RFP will include a Statement of Objectives in lieu of a Statement of Work. Offerors will submit a Contractor Statement of Work with their proposal. Interested parties may request a copy of the RFP in writing, by fax, or by Email to the Contract Specialist listed above. All requests must reference number solicitation 96-R-0011 and include company name, mailing address, point of contact and company size. The Standard Industrial Classification (SIC) Code 8731 will apply and the Size Standard is 1000 employees. Firms responding should indicate whether or not they are small business, 8(A) firms, and whether or not they are woman-owned. Standard regulations require such firms perform 50% or more of the work in-house. Within 20 working days from publication, only interested small businesses (including 8(a) firms) need to submit a statement of capability to assist the Government is making a set-aside decision. Based upon responses to this announcement, the Government may elect to set-aside this acquisition for small business, qualifying 8(a) businesses, or historically black colleges or universities or minority institutions. Information submitted in the statements of capability should be pertinent and specific in the technical area under consideration, in 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. Experience shall include both epitxial wafer growth and diode laser fabrication. Experience should include documented material quality through either published papers or being used in commercial devices, (2) Personnel: name, professional qualifications and specific experience of scientists, engineers and technical personnel who may be assigned as principal investigator or be considered key personnel, (3) Facilities: availability and description of special facilities required to perform wafer material growth, material characterization, and device fabrication. Include any other specific and pertinent information as it pertains to this particular 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, 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, PL/PKLA, 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5773. 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 Ledbetter, USAF, Director of Operations, at (505)846-4964 or at 3550 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776. The alternate PL Ombudsman is Mr. Bruce Grunsten in the Directorate of Contracting, PL/PKM at (505)846-8273, or at 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5773. Information regarding this procurement will soon be available on the PL Home Page at http://www.plk.af.mil/ on the Internet. (0073)

Loren Data Corp. http://www.ld.com (SYN# 0005 19960314\A-0005.SOL)


A - Research and Development Index Page