Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1998 PSA#2096

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

A -- AFFORDABLE MANUFACTURING OF ADVANCED LO COATINGS SOL PRDA NO. 98-26-MLKT POC Contract Ms. Sue Palmer, Contract Negotiator, (937) 255-7143 or Contracting Officer, Mr. Tom Jones (937) 255-7143 WEB: click here to view the R&D Contracting home page, http://www.wrs.afrl.af.mil/contract/. INTRODUCTION: Air Force Research Laboratory (AFRL/MLMP) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to the PRDA shall be submitted by 13JUL98, 1500 hours, Eastern Standard Time, addressed to Air Force Research Laboratory R&D Contracting Office, 2530 C Street, Bldg. 7, Area B, Attn: (Ms. Sue Palmer, AFRL/MLKT), 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 ), a copy of this provision may be obtained from the Hill Air Force FARSITE web page address: http://farsite.hill.af.mil. There will be no other solicitation in regard to this requirement. Offerors should be alert for any PRDA amendments that may permit subsequent submissions of proposed dates. Offerors should request a copy of the WL Guide entitled, "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 point of contact stated herein or copies may be obtained at the Wright Research Site Contracting Office web page: www.wrs.afrl.af.mil/contract. B -- REQUIREMENTS: (1) Technical Description: Low Observable (LO) coatings have matured over the last several years to the point where scale-up production is being addressed. The purpose of this effort is to define, develop and validate an integrated manufacturing process for the fabrication of low-cost, high performance LO pigments for formulation into LO coatings. The current multi-step process utilizes commercial equipment not designed for efficient LO pigment and coatings fabrication. The pigment, when formulated into a coating, will be used to minimize the optical signature of DoD systems. The pigment will eventually be formulated into coatings of multiple colors (including Fed Std. Color number 36173 and 36118). The project shall establish a prototype facility capable of producing a minimum of 2 million square feet of pigment per year. This effort will utilize a phased approach. The Air Force Contracting Officer will provide written notification to proceed to Phase II no later than 12 Months After Contract (MAC). This effort will be accomplished through the following Phases: (I) Define, design and manufacture a self contained deposition system which incorporates the minimum requirements to validate the manufacture of low cost, high performance LO pigment. This self-contained system shall be capable of producing pilot plant levels (2 million square feet per year) of pigment. The system shall have the versatility to deposit multiple thin film metal, organic, and inorganic layers. Acceptance testing shall be performed to validate the performance and throughput capability; (II) Design, fabricate, install and validate an integrated prototype facility capable of producing LO pigment at a pilot plant rate in a classified environment. The validation of the system shall occur by the production and test of a number of material samples including paint and appliqu . Samples will be evaluated for cost, performance, uniformity, and quality. The rate capability and quality of each product form shall be documented. Additional areas for improvement / enhancement shall be identified. Specific entrance and exit criteria with corresponding metrics, for each phase shall be proposed. A detailed cost benefits analysis shall be conducted to predict and validate the prototype rates and cost of the final products. A production plan shall be written incorporating plans and capabilities for the production of various product forms and their availability for DoD systems and shall be incorporated into the final report. The Government anticipates the resulting award will contain a contractual provision for lease or buyback of the equipment developed in the performance of this program. Offerors are encouraged to address this requirement and offer alternatives for the disposition of the equipment at the end of the program. Additional technical details are contained in a classified supplement which will be available from the AFRL/MLMP project engineer upon written request and verification of SECRET clearance, SECRET storage capabilities, and determination of need-to-know. The factors used to determine need-to-know will include a demonstrated capability to perform the required research and development, plus qualified personnel and storage clearance. If the offeror requires transfer of information other than SECRET, contact the contract negotiator for further guidance. (2) Deliverable items: The following deliverable data items shall be proposed: (a) Scientific and Technical Reports, DI-MISC-80711/T, (draft and reproducible final report); (b) Contract Fund Status Report (CFSR), DI-FNCL-81468/T, (quarterly), (c) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T, (monthly); (d) Scientific and Technical Reports, DI-MISC-80711/T, Contractor's Billing Voucher,(monthly); (e) Project Planning Chart, DI-MGMT-80507A/T, (monthly); (f) Status Report, DI-MGMT-80368/T, (monthly); (g) Presentation Material, DI-ADMIN-81373/T, (as required); (h) Still Photo Coverage, DI-MISC-80169, (as required); (i) Operation Security Plan(OPSEC), DI-MGMT-80934/T, (5 Months After Contract (MAC), (j) Cost/Schedule Status Report (CSSR), DI-MGMT-81467/T, (monthly), and (k) Contract Work Breakdown Structure (CWBS), DI-MGM-81334/T, (one/R). The design of equipment, the equipment itself, and material samples shall be deliverables at the completion of the effort. (3) Security Requirements: SECRET facility and storage clearance requirements apply. TEMPEST requirements will apply. Generation of classified material for this solicitation effort is authorized only on equipment approved for classified processing by Air Force TEMPEST authorities. (4) Other Requirements: International Traffic in Arms Regulations is applicable. C -- ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total duration of the technical effort is estimated to be 24 months plus an additional 4 months for processing/completion of the final report (there is an overlap of 2 months between Phases I and II). Phase I: 14 months; and Phase II: 12 months. (2) Anticipated Award Date: Aug 98. (3) Government Estimate: The Government funding profile is estimated as follows: 6.3 funding: FY98 -- $3.5M, FY99 -- $4.7M. 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: A Cost Plus Fixed Fee Contract is anticipated. (5) Government Furnished Property: None contemplated. (6) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force point of contact cited below upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions might apply which may preclude their participation in this acquisition. This acquisition may involve data that are subject to export control laws and regulations. A foreign disclosure review of the technical data has not yet been accomplished. If the review determines that data are subject to export controls, only contractors who are registered and certified with the Defense Logistics Services Center (DLSC) shall be provided copies of the solicitation or other data subject to foreign disclosure restrictions. Contact the Defense Logistics Services Center, 74 Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-88-353-3572) for further information on the certification process. You must submit a copy of your approved DD Form 2345, Military Critical Technical Data Agreement with your proposal. D -- PROPOSAL PREPARATION INSTRUCTIONS: 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 disregard instructions contained in the "WL PRDA and BAA Guide for Industry," referenced in Section A of this announcement for the cost proposals. Technical and cost proposals, submitted in separate volumes, are required and must be valid for 180 days. Proposals must reference the above PRDA number. In an effort to move toward paperless contracting, offerors are encouraged to submit cost 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 two paper copies and three electronic copies. The disk shall be of a 3 1/2 inch high density, or on 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: Adequate price competition is anticipated, therefore, offerors are not required to submit certified cost or pricing data. Offerors must submit cost or pricing information only to the extent necessary to permit the government the ability to determine the reasonableness and realism of the cost and/or price. The offeror's format for submitting such information is acceptable. Cost proposals should be organized to include total program cost, further broken down by month, by Statement of Work task, and by Phase. The total cost of each major cost element and the composition of those costs should be presented. Sufficient information should be provided in supporting documents to allow the government to evaluate the reasonableness of these proposed costs, including salaries, overhead, travel and material purchases. Prime contractors are requested to have their subcontractors either submit their complete cost proposals to this office on proposal due date, or submit their cost proposals through the prime contractor's cost proposal. Prime contractors are required to provide their subcontract analysis. (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 and are not included in the page limit. Offerors should take note that they must have or will have to have a secure area for the equipment. The technical proposal shall include a Statement of Work (SOW) detailing the technical tasks by Phase 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. 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 requirement shall be satisfied by Microsoft Word's double spacing method and the 12 pitch or larger requirement shall be satisfied by setting the Microsoft Word for Windows type size (point) at 10 or smaller. The page limitation does not include all information, i.e. indexes, photographs, foldouts, appendices, attachments, etc. The Government will not consider pages in excess of this limitation. Cost proposals have no limitations; however, offerors are requested to keep cost proposals to25 pages as a goal. If electronic means are used, it shall be readable by Microsoft Excel for Windows, version 5.0. (5) Preparation Cost: If selected for negotiations, qualifying offerors will 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 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 contract award will be based on an evaluation of the offeror's response (both technical and cost aspects) to determine the overall merit of proposals in response to the announcement. The technical aspect, which is ranked as the first order of priority, shall be based on the following criteria which are in descending order of importance: (1) Soundness of Approach: (a) Selection and suitability of equipment to fabricate low-cost, high performance LO pigment and coatings (paint and appliqu ) for controlling the optical signature of DoD systems. (b) Development of techniques for scaling-up fabrication of low-cost, high-performance LO pigment and coating. (2) Understanding of the Problem: (a) Understanding of current state-of the-art of low-cost, high-performance LO pigment and coating fabrication. (b) Rationale for the selection of concepts for the fabrication of low-cost, high-performance LO pigment and coating. (c) Understanding of the technical difficulties in scale-up of low-cost, high-performance LO pigment and coating fabrication. (3) Special Technical Factors: (a) The background, capability, technical expertise, and completeness of the team assembled for the effort. (b) Availability and adequacy of any proposed existing equipment and facilities. (c) The proposed approach demonstrates an affordable and feasible scale-up to production quantities. Cost and/or price, whichincludes consideration of proposed budgets and funding profiles is a substantial factor, but ranked second in priority. No additional evaluation criteria will be used in source selection. The technical and cost information will be evaluated at the same time. The Air Force reserves the right to select for award any, all, part, or none of the proposals received. Award of a grant to universities or nonprofit institutions a cooperative agreement or an other transaction 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. The contractor's proposal (or any part thereof) may be incorporated by reference and/or be used to supplement the Air Force SOW. This announcement is an expression of interest only and does not commit the government to pay for any response preparation cost. F -- POINTS OF CONTACT: (1) Technical Contact Point: Project Engineer -- Ms. Diana Carlin, AFRL/MLMP, Wright-Patterson AFB, OH 45433-6533, (937) 255-7277, e-mail address, carlindm@wl.wpafb.af.mil. (2) Contract Contact Points -- Contract Negotiator -- Ms. Sue Palmer, e-mail address, palmersm@wl.wpafb.af.mil or Contracting Officer -- Mr. Tim Jones, AFRL/MLKT, Wright-Patterson AFB OH, 45433, (937) 255-7143. (3) 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 the Ombudsman. When requested, the Ombudsman will maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in theselection decision. Interested parties are invited to contact the Ombudsman, Lt. Col. James P. Bixler, Det 1, AFRL/PK, Building 7, 2530 C Street, Wright Patterson AFB, OH 45433-7607, telephone (937) 255-4813, email address, bixlerjp@wl.wpafb.af.mil. See Note 26*****. (0133)

Loren Data Corp. http://www.ld.com (SYN# 0005 19980515\A-0005.SOL)


A - Research and Development Index Page