Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1999 PSA#2395

Department of the Air Force, Air Force Materiel Command, AFRL -- Phillips Research Site, 2251 Maxwell Ave, Kirtland AFB, NM, 87177

A -- SEMICONDUCTOR LASER IN-HOUSE DEVELOPMENT, ENGINEERING AND RESEARCH SUPPORT (SLIDERS) SOL F2960199-R-0005 DUE 080699 POC Mike Baca, Contract Specialist, Phone 505 846 4422, Fax 505 846 1546, Email bacam@plk.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&;ProjID=F2960199-R-00 05&LocID=1122. E-MAIL: Mike Baca, bacam@plk.af.mil. POC: Michael Baca, Contract Specialist, DET 8 AFRL/PKDL, 2251 Maxwell Avenue SE, Bldg 499, Room 122, Kirtland AFB NM 87117-5773, (505) 846-4422, fax (505) 846-1546, e-mail address bacam@plk.af.mil; Louise G. McDonough, Contracting Officer, DET 8 AFRL/PKDL, 2251 Maxwell Avenue SE, Bldg 499, Room 121, Kirtland AFB NM 87117-5773, (505) 846-9691, fax (505) 846-1546, e-mail address mcdonoul@plk.af.mil; Program Manager: 2Lt. Larry Watson, AFRL/DELS, (505) 846-5795, e-mail address watsonl@plk.af.mil DESC: Sources Sought Synopsis for SEMICONDUCTOR LASER IN-HOUSE DEVELOPMENT, ENGINEERING AND RESEARCH SUPPORT (SLIDERS). Information concerning this acquisition willbe available on the Electronic Posting System (EPS) http://www.eps.gov. The Air Force Research Laboratory, Directed Energy Directorate, Laser Division seeks sources for the the Semiconductor Laser In-House Development, Engineering and Research Support (SLIDERS) contract. The technical objective of this effort is to develop, design, fabricate, procure, manage, operate, and maintain optical, electronic, and mechanical systems, subsystems, and components for the Air Force Research Laboratory, Directed Energy Directorate, Laser Division, in the following task areas: Semiconductor Laser and Diode-Pumped Laser Technology Support, and Program Management. It is anticipated that office space, laboratory space and associated laboratory equipment will be provided by the government (primarily existing AFRL facilities) to accomplish the work. The facilities where the experiments will be conducted are Laboratories 100, 110, 116, and 117 in Bldg 416. A cost plus fixed fee (CPFF) Indefinite Delivery indefinite Quantity (IDIQ) completion contract is contemplated. The approximate personnel staffing anticipated is four technicians, two engineers, one full-time and one part-time senior scientist, and one program manager. The contract period of performance is anticipated to be five (5) years with an option for four (4) additional years. All requests for any resulting solicitation must include company name, mailing address, and company size status under Standard Industrial Classification Code (SIC) 8711, with a small business size standard of $20.0 million (reference FAR 19.101 and 19.102). Small Businesses are invited to submit Statements of Capability (SOCs) (two copies) to the Contract Specialist, Mr. Michael Baca, within 15 working days after publication of this announcement. Large businesses need not submit SOCs. Firms submitting a SOC must reference this sources sought synopsis and indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, an 8(a) firm, a Historically Black College or University, or a minority institution. Based upon responses to this announcement, the Government reserves the right to decide to set this acquisition aside for small business, qualifying 8(a) business, or Historically Black College and University or minority institution. Interested small businesses must address the following in their SOCs: (1) Experience: an outline of previous projects performed related to the task areas identified above and to the draft Statement of Work (see EPS). In addition, address any related in-house research and development work performed. The SOC shall identify work previously performed, which was accomplished by the contractor_s own employees, i.e., identify efforts that were not performed by subcontractors; and (2) Personnel: name, professional qualifications and specific experiences of scientists, engineers and technicians who may be assigned to perform under any resulting contract; include similar information for the contemplated program manager. Include any other specific and pertinent information pertaining to the areas of research described above and in the Statement of Capability. The SOC shall be limited to a maximum of twenty (20) pages. Foreign firms are advised they will not be allowed to participate as the prime contractor. A Secret facility clearance will be required. This acquisition will be subject to export control laws and regulations, and the offerors will be requested to submit an approved DD Form 2345, Military Critical Service Technology Data Agreement, as a condition for award. Contact the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, Michigan 49017-4312, 1-800-352-3572, for further information on the certification and approval process. To be eligible to receive an award, a firm is required to be registered in the DoD Central Contractor Registration (CCR) database prior to award of any contract. Small Disadvantaged Businesses are required to be registered with the SBA (Contact your local SBA office for additional information). An Ombudsman has been appointed to hear concerns from offerors or potential offerors, primarily during the proposal development phase of this competitive, negotiated acquisition. The purpose of the Ombudsman is not to diminish the authority of the Project Manager or Contracting Officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel in the pre-proposal phase of competitive, negotiated acquisitions. Before contacting the Ombudsman, potential offerors should first communicate with the Contracting Officer. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact the Ombudsman at the Phillips Research Site of the Air Force Research Laboratory (AFRL), Mr. Eugene DeWall, Deputy Director of Contracting, (Det 8 AFRL/PK), at (505) 846-4979, or at 2251 Maxwell Avenue SE, Kirtland AFB NM 87117-5773. 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 source selection process. Questions of a technical nature should be addressed to 2Lt. Larry Watson, AFRL/DELS, (505) Questions of a contractual nature should be addressed to Michael Baca, (505) 846-4422 or Louise G. McDonough, (505) 846-9691 or faxed to (505) 846-1546. Numbered Note 26 applies. Posted 07/22/99 (D-SN357685). (0203)

Loren Data Corp. http://www.ld.com (SYN# 0013 19990726\A-0013.SOL)


A - Research and Development Index Page