|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29,1998 PSA#2021R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- MIXED ANION HETEROSTRUCTURE MATERIALS SOL PRDA #98-31-MLK DUE
031798 POC Ms. Pamela J. Covey, Contract Negotiator, WL/MLKN, (937)
255-5051 E-MAIL: click here to contact the contract negotiator,
coveypj@wl.wpafb.af.mil. INTRODUCTION: Wright Laboratory (WL/MLKN) is
interested in receiving proposals (technical and cost) on the research
effort described below. Proposals in response to this PRDA shall be
received by 98MAR17, 1500 hours Eastern Time, addressed to Wright
Laboratory, Directorate of R&D Contracting, Building 7, Area B, Attn:
(Pamela J. Covey, WL/MLKN) Wright-Patterson AFB OH 45433-7607. 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 restrictions of FAR 52.215-1(c)(3); copy of this
provision may be obtained from the contracting point of contact. There
will be no other solicitation issued in regard to this requirement.
Offerors should be alert for any PRDA amendments that may permit
subsequent submission of proposal dates. Offerors should request a copy
of the WL Guideentitled, "PRDA and BAA Guide for Industry" dated
November 1992. This guide was specifically designed to assist offerors
in understanding the PRDA/BAA proposal process. Copies may be
requested from the Contracting Office Point of Contact stated above.
The Guide is also available on-line on www.wl.wpafb.af.mil/contract.
B-REQUIREMENTS: (1) Technical Description: The purpose of this effort
is to develop reproducible, predictable high quality epitaxial growth
processes for III-V semiconductor heterostructures with mixed anion
components, that is, heterostructures wherein the group V anion changes
across the heterostructure interface. The program will be restricted to
high vacuum growth techniques such as molecular beam epitaxy (MBE) or
chemical beam epitaxy (CBE) and will not include group III-nitride
semiconductors. Material systems of interest include as examples
InGaAs/InP and InAs/GaSb. Other systems may be proposed. The emphasis
of the program will be on development of reproducible production worthy
processes as opposed to basic research. Three tasks to be addressed are
modeling of the growth processes, process development and epitaxial
growth of heterostructures, and characterization and evaluation of
heterostructures. The goal of the program is to develop atomically
abrupt and atomically smooth interfaces without cross contamination of
group V elements over wafers with a minimum diameter of three inches.
This technology will be enabling for improved device performance in
high frequency microwave and millimeter wave devices such as
heterostructure field effect transistors (HFET's) and heterojunction
bipolar transistors (HBT's). Device design and development will not be
included in the program but fabrication and testing of existing
devices for demonstration of improved performance is encouraged. (2)
Deliverable Items: The following deliverable data items shall be
proposed: (a) Status Report, DI-MGMT-80368/T, Monthly; (b) Funds and
Man-hour Expenditure Report, DI-FNCL-80331/T monthly; (c) Project
Planning Chart, DI-MGMT-80507A/T monthly; (d) Contract Funds Status
Report (CFSR), DI-MGMT-81468/T, quarterly; (e) Presentation Material,
DI-ADMN-81373/T, as required; (f) Scientific and Technical Reports
Contractor's Billing Voucher, DI-MISC-80711/T, monthly; and (g)
Scientific and Technical Reports, DI-MISC-80711/T (Draft and
Reproducible Final); (h) sample material, yearly. (3) Security
Requirements: Unclassified. (4) Other Special Requirements: It is
possible that data generated or delivered in performance of this
contract will be controlled by the International Traffic in Arms
Regulation (ITAR). C -- ADDITIONAL INFORMATION: (1) Anticipated Period
of Performance: The total length of the technical effort is estimated
to be 48 months with an additional 5 months for processing/completion
of the final report. (2) Expected Award Date: Aug-Sep 98 time-frame.
(3) Government Estimate: The Government funding profile is estimated to
be as follows: FY 98 -- $ 5K, FY 99 -- $ 319K, FY 00 $ 325K, FY 01 --
$ 275K, FY02—$ 275K, FY03 -- $ 26, Total = $ 1.225M. This funding
profile is an estimate only and is not a promise for funding as all
funding is subject to change due to Government discretion and
availability. (4) Type of contract: Cost Plus Fixed Fee (CPFF) and Cost
(no fee). Any grants awarded will be cost (no fee). (5) Government
Furnished Property: None contemplated. (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 Air Force point cited below upon deciding to respond to the
announcement. Foreign contractors should be aware that restrictions
may apply which could preclude their participation in this acquisition.
D-PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors
should apply the restrictive notice prescribed in the provision at FAR
52.215-1(e), 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 elsewhere herein. Offerors should consider
instructions contained in the WL PRDA and BAA Guide for Industry
referenced in Section A of this announcement. Technical and cost
proposals, submitted in separate volumes, are required and must be
valid for 180 days. Proposal must reference the above PRDA number. In
an effort to move toward paperless contracting, you are asked to submit
your cost and technical proposals via electronic means on computer disk
or CD ROM. Please note that classified information shall NOT be
submitted on disk. If proposals are not submitted on computer disk or
CD ROM, they shall be submitted in an original and five copies. If
proposals will be submitted by electronic means, submit 2 hard copies
and 2 electronic copies. The disks shall be 3 1/2 inch high density
disk or CD ROM. All responsible sources may submit a proposal which
shall be considered against the criteria set forth herein. Offerors are
advised that only contracting officers are legally authorized to
contractually bind or otherwise commit the government. (2) Cost
Proposal: It has been determined that Adequate Price Competition is
applicable to this effort as the price will be a substantial factor for
award; the accompanying cost proposal/price breakdown shall be
furnished with supporting schedules and shall contain a person-hour
breakdown per task. (3) 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. The
technical proposal shall include a Statement of Work (SOW) detailing
the technical tasks proposed to be accomplished under the proposed
effort and suitable for contract incorporation. Offerors should refer
to the WL Guide referenced in Section A to assist in SOW preparation.
PL 98-94 applies. Offerors must submit approved DD Form 2345,
Export-Controlled DOD Technical Data Agreement with their proposal.
Offerors are encouraged to contact Defense Logistics Agency at
800-352-3572 on how to process the DD Form 2345 for approval. Any
questions concerning the technical proposal or SOW preparation shall be
referred to the Technical Point of Contact cited in this announcement.
(4) Page Limitations: The technical proposal shall be limited to 50
pages (12 pitch or larger type), double-spaced, single sided, 8.5 by 11
inches. If electronic means are used, it shall be readable by Microsoft
Word for Windows, version 6.0. The double spacing requirements shall be
satisfied by Microsoft Word's double spacing method and the 12 pitch or
larger requirement shall be satisfied by setting the type (point) size
at 10 or smaller, or setting the font size at 10 or higher. The page
limitation includes all information, i.e. indexes, photographs,
fold-outs, appendices, attachments, etc. Pages in excess of this
limitation will not be considered by the government. Cost proposals
have no limitations, however, offerors are requested to keep the cost
proposals to 75 pages as a goal. The electronic version of the cost
proposal shall be readable by Microsoft Excel for Windows version 5.0.
(5) Preparation Cost: If selected for negotiations, qualifying
offerors may be required to submit a subcontracting plan. This
announcement does not commit the Government to pay for any response
preparation cost. The cost of preparing proposals in response to this
PRDA is not considered to an allowable direct charge to any resulting
or any other contract. 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 evaluation of an offeror's response (both technical
and cost aspects) to determine the overall merit of the proposal in
response to the announcement. The technical aspect, which is ranked as
the first order of priority, shall be evaluated based on the following
criteria which are of equal importance: (a) new and creative solutions;
(b) the offeror's understanding of the scope of the technical effort;
(c) soundness of offeror's technical approach; (d) the availability of
qualified technical personnel and their experience with applicable
technologies; (e) the offeror's past experience with applicable
materials, materials development, and prior government contracts. (f)
organization, clarity, and thoroughness of the proposed SOW. Cost
and/or Price which includes consideration of proposed budgets and
funding profiles, is a substantial factor and is ranked as the second
order of priority. No other evaluation criteria will be used. The
technical and cost information will be evaluated at the same time. The
Air Force reserves the right to select for award of a contract, grant
or cooperative agreement any, all, part, or none of the proposals
received. Award of a grant to universities or nonprofit institutions or
cooperative agreement, in lieu of a contract, will be considered and
will be subject to the mutual agreement of the parties. The government
reserves the right to award any resulting contract pursuant to the
Research and Development Standard Contract format in DFARS 235.70. SEE
Note 26. F -- POINTS OF CONTACT: (1) Technical Contact Point:
Engineer, Dr. William C. Mitchel, Wright-Patterson AFB, OH 45433-6543,
email: mitchewc@ml.wpafb.af.mil, phone (937) 255-4474 ext. 3252. (2)
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
government personnel. All potential offerors should use established
channels to voice concerns before resorting to use of 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 selection decision. Interested
parties are invited to contact Mr. Stephen J. Plaisted, ASC/SYI, 1790
10th Street, Room 102.01, Wright-Patterson AFB OH 45433, telephone
(937) 255-9095/5535, e-mail address is
stephen.plaisted@ascsy.wpafb.af.mil. All routine communication
concerning this acquisition should be directed to Pamela J. Covey,
Contract Negotiator, WL/MLKN, Bldg. 7, 2530 C Street, Wright-Patterson
AFB OH 45433-7607, telephone (937) 255-5051/4828; E-mail address is
coveypj@wl.wpafb.af.mil. (0027) Loren Data Corp. http://www.ld.com (SYN# 0004 19980129\A-0004.SOL)
A - Research and Development Index Page
|
|