|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 24,1997 PSA#1768R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- NARROWBAND MID-IR OPTICAL PARAMETRIC OSCILATOR SOL BAA 97-04-AAK
DUE 031897 POC Contact Dawn M. Ross, Contract Negotiator, (937)
255-5311 or Michele L. Dickman, Contracting Officer, (937) 255-2976
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 18 March 1997, 1500 hours
Eastern Standard Time, addressed to Wright Laboratory, Directorate of
R&D Contracting (Attn: Dawn Ross), WL/AAKE, Building 7, 2530 C Street,
WPAFB, 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 the 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 the this requirement. Offerors should be alert for any
amendments to this solicitation that may be published. This BAA may be
amended to allow subsequent submission of proposal dates. Offerors
should request a copy of the WL PRDA/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 or obtained via the World Wide Web site:
www.wl.wpafb.af.mil/contract. B REQUIREMENTS: Technical Description:
Significant advances have been made in demonstrating high power optical
parametric oscillators (OPOs). However, many applications including
laser radar, remote sensing, and high resolution spectroscopy require
sources with narrow bandwidths yet broadband tunability. OPOs are
easily tuned but they are difficult to operate with a narrow frequency
bandwidth. Typically, narrowband performance is either achieved at the
expense of conversion efficiency and output power/energy by using
gratings or etalons, or a seed laser is used which restricts tuning to
very small spectral regions. This program will develop the basic
technology needed to demonstrate tunable and efficient narrowband OPOs
which avoid or significantly reduce the limitations of current
approaches. (1) The objectives of this procurement are: (a) Demonstrate
Phase I feasibility of novel infrared (all wavelengths > 1 micron) OPO
tuning techniques which are tunable over more than 500 nm and produce
bandwidths as narrow as typical atmospheric absorption features.
Techniques which are applicable to a variety of OPO nonlinear
materials, laser operating conditions (e.g. Q-switched and cw), and
environmental conditions (e.g. large temperature changes and vibration)
are particularly desired. (b) In Phase II, demonstrate robust
performance of a laboratory device which meets the above bandwidth and
tunability requirements with negligible reduction in conversion
efficiency and is scaleable to 5 Watts of average power or 500 mJ of
energy per pulse. Any processes, algorithms, or materials developed as
a part of this program will become Government property. (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, monthly; (c) Project
Planning Chart, DI-MGMT-80507A/T, monthly; (d) Contract Funds Status
Report (CFSR), DI-MGMT-81468A/T, quarterly; (e) Presentation Material,
DI-ADMN-81373A/T, as required; (f) Scientific and Technical Reports,
Contractor's Billing Voucher, DI-MISC-80711A/T, monthly and (g)
Scientific and Technical Reports, DI-MISC/80711A/T, (Draft and a
Reproducible Final). The offerors shall include in their proposal a
kickoff meeting at Wright Patterson AFB approximately two weeks after
contract award. Technical reviews shall be conducted every six months
with half at the contractor's facility and half at Wright Lab. Informal
technical interchanges will occur as needed. (3) Security Requirements:
This program will be conducted at the unclassified level. International
Trade in Arms Restriction does apply. Public Law98-94, Withholding of
Unclassified Technical Data from Public Disclosure, does apply. (4)
Other Special Requirements: None C ADDITIONAL INFORMATION: (1)
Anticipated Period of Performance: The total length of the technical
effort is estimated to be 38 months. The contractor shall also provide
for an additional 4 months for processing and completion of the final
report. (2) Expected Award Date: 14 Jun 97 (3) Air Force Funding
Estimate: The funding profile is $36K in FY97, $250K in FY98, $250K in
FY99, $250K in FY00 and $100K in FY01 for $900K total. This funding
profile is an estimate only and is not a promise for funding as all
funding is subject to change due to the discretion of the Air Force and
availability of funds. (4) Type of Instrument: Cost Plus Fixed Fee
(CPFF) contract or Cost contract (no fee); or Assistance Instruments
such as grants, cooperative agreements or other transactions. Any
grant(s) or cooperative agreement(s) awarded will be cost (no fee) or
cost share. Other transactions must be cost share. (5) Government
Furnished Property: None contemplated. No Base support is anticipated.
(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 contracting point
of contact upon deciding to respond to this announcement. Foreign
contractors should be aware that restrictions apply which could
preclude their participation in this acquisition. D PROPOSAL
PREPARATION INSTRUCTIONS: 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 six (6) copies. All responsible sources may submit a
proposal which shall be evaluated against the criteria set forth below
in Section E -- Basis of 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, 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 included in the page limit discussed below. The
technical proposal shall include a Statement of Work (SOW) detailing
the technical tasks and phases 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: Adequate
price competition is anticipated. The accompanying cost proposal/price
breakdown shall be furnished with supporting schedules and shall
contain a per-hour breakdown per task and also by calendar year. (4)
Page Limitations: The technical proposal shall be limited to 75 pages
(12 pitch or larger type), double-spaced, single-sided, 8.5x11 inches.
The page limitation includes all information (indices, photographs,
appendices, etc.) Pages in excess of this limitation will be removed
from the proposal and will not be evaluated by the Air Force. Cost
proposals have no page limitation, however, offerors are requested to
limit cost proposals to 20 pages. (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 technical and
cost proposals to determine the overall merit of the proposal in
response to the announcement. The technical proposal, which is ranked
as the first order of priority, shall be evaluated based on the
following criteria listed in descending order of importance: (1)
Understanding the Problem -- The offeror's proposal will be evaluated
on the degree to which it demonstrates theoretical and experimental
understanding of all optical, mechanical, and electrical processes as
well as materials to be used. The proposal will be evaluated on the
degree to which approaches are shown to be theoretically feasible, if
not yet demonstrated experimentally. (2) Soundness of Approach -- The
offeror's proposal will be evaluated with respect to the soundness,
reliability, and simplicity of the approach. Discussion of potential
problems and possible alternative solutions will also be evaluated. (3)
Personnel -- The availability of qualified technical personnel and
their experience with applicable technologies including mid-IR OPOs
will be evaluated. (4) Statement of Work -- Organization, clarity, and
thoroughness of the proposed Statement of Work will be evaluated. (5)
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 and/or price, which includes
consideration of proposed budgets and funding profiles, is a
substantial factor, but is ranked as the second order of priority. No
other evaluation criteria will be used. The technical and costproposals
will be evaluated at the same time. The Air Force reserves the right to
select for award any, all, part, or none of the proposal(s) received.
Award of a grant, cooperative agreement, or other transaction in lieu
of a contract will be considered and will be subject to the mutual
agreement of both parties. F POINTS OF CONTACT: (1) An Ombudsman has
been appointed to hear concerns from offerors and potential offerors
during the proposal development phase of this acquisition. The purpose
of the Ombudsman is not to diminish the authority of the contracting
officer but to communicate contractor concerns, issues, disagreements,
and recommendations to the appropriate Air Force personnel. All
potential offers should use established channels to voice concerns
before resorting to use the Ombudsman. When requested, the Ombudsman
will maintain strict confidentiality as to the source of the concern.
The Ombudsman does not participate in the evaluation of proposals or in
the source selection. The Ombudsman should only be contacted with
issues or problems that have been previously brought to the attention
of the contracting officer and could not be satisfactorily resolved at
that level. These serious concerns only may be directed to the
Ombudsman, Mr. Daniel L Kugel, ASC/SY, Bldg 52, 2475 K St, Suite 1,
Wright-Patterson AFB OH 45433-7642, email kugeldl@sy.wpafb.af.mil,
phone (513) 255-3855. (2) Technical Point of Contact: Dr. Larry Myers,
WL/AAJL, 2700 D St. Suite 2 Wright-Patterson Air Force Base OH
45433-7405, email myersle@aa.wpafb.af.mil, phone (937) 255-3804 x309.
(3) Contracting/Cost Point of Contact: Ms Dawn Ross, WL/AAKE, Bldg 7,
2530 C Street, Wright-Patterson Air Force Base OH 45433-7607, (513)
255-3379. (0022) Loren Data Corp. http://www.ld.com (SYN# 0003 19970124\A-0003.SOL)
A - Research and Development Index Page
|
|