|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,1997 PSA#1871Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue
SE, Kirtland AFB, NM 87117-5773 A -- LASER TECHNOLOGY, ANALYSIS, DEVELOPMENT SUPPORT (LTADS) SOL
F29601-95-C-0186 DUE 070397 POC S. Yata, Contract Specialist,
505/846-5119, or Sam Berdin, Contracting Officer, 505/846-1097 MARKET
SURVEY FOR LASER TECHNOLOGY, ANALYSIS, DEVELOPMENT SUPPORT (LTADS),
Contract F29601-95-C-0186. POC: S. Yata, Contract Specialist, (505)
846-5119; or SAM BERDIN, Contracting Officer, (505) 846-1097. Phillips
Laboratory is conducting a market survey to identify all qualified
sources that are capable of immediate performance of on-going research
projects, currently being performed by Rocketdyne Technical Services
Company (formerly Rockwell Power Systems), providing for scientific and
engineering research and development support related to semiconductor
and solid-state laser technology. This market survey is strictly for
CLINs 0001, 0002, 0003, 0004 and 0005 on the contract. The contractor
will be required to continue and augment technical directives on the
existing contract in the following technology support areas: design and
development of novel semiconductor laser architectures, including
optically-pumped semiconductor lasers, semiconductor wafer cleaving,
die wire bonding, and laser diode fabrication, diode laser device
characterization, laser diode power supply and thermal control system
design and fabrication, design and development of novel solid-state
laser and diode-pumped laser architectures, solid-state laser diode
pump array device characterization, novel solid-state laser gain media
characterization, solid-state laser and diode pump array power supply
and thermal control system design and fabrication, laser optics
design, fabrication and/or procurement, experiment hardware/software
integration, safety analysis, environmental analysis, test planning,
test operations, performance evaluation and documentation, and diode
and solid-state laser device prototype design, development,
fabrication, test, evaluation and documentation. Work will provide
scientific and engineering research and development activities in the
following task(ing) areas: theory and concept development, laser
design, development and fabrication, management, laboratory operations,
and device characterization of semiconductor lasers, solid-state
lasers, and diode-pumped laser devices. Additional task(ing) areas
include development, procurement and operation of experiment
instrumentation hardware and software to evaluate and characterize
laser devices, field testing and demonstration support, operation and
maintenance of laboratory facilities, diagnostic equipment, computer
equipment and software, and generation of design, analysis, experiment,
test and evaluation reports. The Government intends to support a
supplemental agreement to the existing contract on a sole source basis
in accordance with FAR Subpart 6.302-1(a)(2)(iii). The contemplated
effort is for 28,413 additional hours (an estimated 7 man-years per
year usage rate) plus non-fee bearing, baselined material costs of
$1.8M and travel cost of $250K within the term of the current contract.
If a new contract is awarded, it will be priced as a
cost-plus-fixed-fee, level-of-effort contract. The security
classification is expected to be SECRET. Continued contract coverage is
required to perform on-going research projects. Potential offerors must
provide unclassified information indicating their capability to begin
performance immediately upon contract award to meet program targets and
schedules. The Statement(s) of Capability shall contain pertinent and
specific information addressing the following areas: (1) Experience: An
outline of previous projects, specific work previously performed or
being performed and any in-house, research and development effort
relevant to the specific task areas of this effort, (2) Personnel:
Name, professional qualifications and specific experience of
scientific, engineering and program management personnel who might be
assigned to work in areas of the subject effort, (3) Facilities:
Availability and description of special facilities required to perform
in the technical areas under consideration, and a statement regarding
industrial security clearance and storage facilities to support work
at the SECRET level. Any responses received not addressing all of the
above requirements will be rejected. Foreign firms are advised they
will not be allowed to participate as the prime contractor. Interested
parties must indicate whether they are qualify as a small business
under SIC code 8711, with a small business size standard of 1,000
employees. Firms responding shall reference the above contract number
and indicate whether they are or are not a small business, a
small-disadvantaged business, a socially and economically disadvantaged
business, a woman owned business, a historically black college or
university, a minority institution, an 8 (a) firm, an
intra-governmental organization, a large business, or an
education/nonprofit organization. Based on responses to this market
survey, the Phillips Laboratory reserves the right to set aside this
requirement for small business or 8(a). The capability information
shall be limited to 15 pages; shall include a mailing address, a
telephone number, and a fax number; and shall indicate whether the
respondent contemplates usingforeign nationals or whether they are a
foreign owned business. Replies to this market survey must be received
within fifteen (15) calendar days after the date of publication of
this market survey. As a result of analyzing the responses to this
market survey, the contracting officer may determine that a
solicitation will be issued to those prospective sources, who, in the
sole judgment of this contracting activity, have the potential of
successfully fulfilling the requirements. All responses from
responsible sources will be considered. Responses shall be mailed to:
Phillips Laboratory (PL)/PKLB (S. Yata), Lasers and Imaging Contracting
Division, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773. An
Ombudsman has been appointed to hear concerns from potential offerors.
The purpose of the ombudsman is not to diminish the authority of the
program director or contracting officer, but to communicate offerors'
concerns, issues, disagreements and recommendations to the appropriate
Government personnel. When requested, the Ombudsman will maintain
strict confidentiality as to the source of the concern. The Ombudsman
does not participate in the evaluation of the proposals or in the
source selection process. Interested parties are invited to call Col
James Ledbetter, PL/CV at 505/846-4964. 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. (0168) Loren Data Corp. http://www.ld.com (SYN# 0010 19970620\A-0010.SOL)
A - Research and Development Index Page
|
|