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