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