Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1997 PSA#1772

R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607

A -- ON-SITE RESEARCH IN MICROSTRUCTURAL CHARATERIZATION OF MATERIALS POC Lawrence E. Matson, WL/MLLN, Project Engineer, (937) 255-9842 Notice of Contract Action for ON-SITE RESEARCH IN MICROSTRUCTURAL CHARACTERIZATION. The Wright Laboratory, Materials Directorate, Metals and Ceramics Division, is contemplating the award of a 50 month [technical effort] program to conduct materials characterization of aerospace materials arising from in-house research including exploratory development programs in the areas of metallic and non-metallic materials, ceramic matrix and metal matrix composites. This effort will result in the development of higher performance aerospace materials and lower cost materials processing methods through insight gained by qualitative and quantitative material characterization. The technical approach of the program will include complete operation of the WL Materials Characterization Facility [MCF]. This Facility currently consists of four sections as follows: (A). An Electron Microscopy Section which contains advanced analytical capabilities, such as: analytical electron microscopy, scanning transmission electron microscopy, scanning electron microscopy, electron beam microprobe, electron diffraction, energy loss spectroscopy, energy dispersive x-ray analysis, and orientation imaging microscopy, etc. This section is equipped with sample preparation instruments that include microtomy, ion milling, electropolishing, and sputtering. (B). The Metallographic Section which consists of a sample preparation center containing cutting, grinding, polishing, and etching equipment. This section also houses numerous light microscopes of various types. (C). The Data Analysis and Documentation Section which includes a networked set of computers with appropriate software to do electron diffraction and X-ray analysis as well as image simulation. This section also contains a well equipped photographic laboratory, digital image processing and archiving equipment, as well as a poster and display making area. (D). The Surface Sciences Section is equipped with a High Resolution Low Voltage SEM, X-ray diffraction equipment, confocal laser microscopy, and a Scanning Probe Microscope with numerous head attachments. The Facility is in the process of converting to digital imaging capabilities on all equipment, so expertise in the operation and interfacing of DOS, MAC and UNIX style PC's and workstations is required. Application, refinement and formulation of new specimen preparation techniques and innovative microstructural characterization techniques for aerospace materials are also covered under this effort. The materials characterization shall be performed on-site at the WL Materials Directorate Material Characterization Facility in order to provide close coordination with in-house investigations conducted by government scientists and engineers, other on-site contractors, visiting scientists, and students from AFIT and local universities. This effort focuses on the development of analytical techniques, operation and routine maintenance of the research equipment, and sample preparation. Characterization support generally falls into one of the three categories as follows: (a). Instructional Support by which users are guided in the preparation and evaluation of materials, operation of Facility equipment in a safe and proper manner, and interpretation and evaluation of the results. (b). Staff Assisted Support is always provided on all instrumentation and hazardous equipment until the user is fully qualified as an independent operator. (c). Full Level Support is also provided by the way of an independent research program, performed and administrated by the MCF staff, to extend capabilities of the Facility. The sources are expected to demonstrate a vast amount of experience in analytical electron microscopy, characterization instrumentation and application, specimen preparation, and quantitative metallography. This program should be structured mainly to provide the personnel to operate the Facility and offer the flexibility to add additional personnel when needed to support existing or newly acquired equipment for new tasks. Similarly, the contractor will be required to have the flexibility to purchase a variety of items as outlined below on an as needed basis when additional funds are made available: Items such as but not limited to materials, supplies, digital components, service and repair contracts, part time consultants and student help, sub-contractors for equipment and room modifications, equipment upgrades as well as major new equipment items. The sources should consider a separate pass through rate or a dual contractor overhead rate for these additional requirements. The contractor personnel will be required to provide all services needed to run the facility included but not limited to operational services on the facility equipment, general maintenance, technology transfer, inventory, purchasing, report writing, talk preparation, and planning documentation. This program is estimated to involve 50 months of technical effort, with 5 additional months for a final report, utilizing approximately 13.12 persons per year. This includes but is not limited to three Senior Scientists and three Junior Scientists to operate the major equipment, six technicians, one administration assistant, and 0.12 man-year/year of a world renowned electron microscopes from a major university. The Facility will be open on February 11,1997 from 9 to noon for potential contractor walk-through. Interested sources should indicate their intention to attend by providing written notice to Jeanette M. Zimmer (tell facsimile 937-255-9217) no later than COB February 4, 1997. This notice should include the individuals' names and their titles who are expected to attend. Participation is limited to five (5) attendees per offeror. Responses should include the following: (1) Description of team background and experience related to the above areas and (2) Discussion of any recent efforts which have been accomplished in the specific research area to indicate that the offeror is a qualified source. Firms responding should indicate whether they are, or are not a small business, a socially and economically disadvantaged business, a woman owned business, a historically black college or university or minority institution. For this item, the general definition to be used to determine whether your firm is "small" is as follows: A "small" business concern is a concern that is independently owned and operated, is not dominant in the field of operation in which it is bidding on government contract and with its affiliated, the number of employees does not exceed 500 persons. SiC Code 8731 applies. "Concern" means any business entity organization profit with a place of business in the United States, its possession, Puerto Rico, or the Trust Territory of the Pacific Islands, including but not limited to an individual, partnership, corporation, joint venture or association. The Air Force reserves the right to consider a small business set-aside based upon responses hereto. Small business respondents should provide a statement of capabilities to assist the Air Force in making a set-aside decision. Large businesses are only required to submit a statement of interest to receive a copy of the request for proposal (RFD). All respondents shall include in any request their assigned commercial and government entity code. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Responses should be sent to: ATTN: Janette M Zimmer, WL/MLKM Bldg 7, 2530 C Street, Wright-Patterson AFB OH 45433-7607. Non-technical assistance may be secured by calling Jeanette M. Zimmer at (937) 255-5830. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact Sac's Ombudsman, Mr. Daniel L. Cudgel, SAC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB, OH 45433-7007 or email Kugeldl@sy.wpafb.af.mil, phone 937-255-3855 with serious concerns only. Direct all requests for solicitations and routine communication concerning this acquisition to contracting office point of contact with name, title, address and phone. Closing date for submission of responses is thirty (30) calendar days from the publication of this notice. Firms should reference MLK-97-03 in their responses. RFP release for this program is projected in March 1997. This program will not be republicized prior to solicitation. NOTE 26: Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation of the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. See Numbered Note(s):25.. (0028)

Loren Data Corp. http://www.ld.com (SYN# 0016 19970130\A-0016.SOL)


A - Research and Development Index Page