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