Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SPECIAL NOTICE

A -- Advanced Polymer Materials

Notice Date
2/11/2011
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Wright Research Site, Det 1 AFRL/PK, Bldg 167, Area B, 2310 8th Street, Wright-Patterson AFB, Ohio, 45433-7801, United States
 
ZIP Code
45433-7801
 
Solicitation Number
FA8650-11-D-5602
 
Archive Date
3/15/2011
 
Point of Contact
Lori J Shirdon, Phone: (937) 255-0429, Matt S. Nyikon, Phone: (937) 255-5478
 
E-Mail Address
lori.shirdon@wpafb.af.mil, louis.nyikon@wpafb.af.mil
(lori.shirdon@wpafb.af.mil, louis.nyikon@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF CONTRACT ACTION: INTENT TO AWARD SOLE SOURCE PROCUREMENT FOR ADVANCED POLYMER MATERIALS. This is an announcement that the Air Force Research Laboratory (AFRL) intends to award a new Sole Source contract. The Materials and Manufacturing Directorate, Systems Support Division (AFRL/RXS), is contemplating the award of an indefinite delivery indefinite quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed Price (FFP) contract to The University of Dayton Research Institute for the program entitled "Advanced Polymer Materials" under the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, "Only One Responsible Source". The anticipated contract NTE value is $24.5M for a period of performance of 72 months. Under the contemplated contract, University of Dayton Research Institute (UDRI) will perform test, evaluation, and integration of advanced polymer materials, including, but not limited to, pretreatments, coatings, gap filters, films, sealants, and adhesives. Test, evaluation and integration also include the evaluation of new and/or modified polymer materials, equipment and processes. UDRI will provide testing that follows the requirements of Air Force technical orders, military specifications, and commercial specifications, as well as customized testing when needed within the Coatings Technology Integration Office (CTIO) test facility. UDRI will professionally operate and maintain all the test equipment located within the CTIO test facility and use accredited processes and equipment. Along with testing and evaluation services, this contract requires a "Quick Response" capability that enables the Air Force to receive answers to their urgent technical problems quickly and accurately. The advanced polymer products developed (specifically coatings technologies) must comply with military and commercial specifications before use on an AF weapon system. Some of the required commercial specifications are maintained through the Society of Automotive Engineers (SAE) G-8, Aerospace Coating subcommittee. For a laboratory to perform testing for the purpose of qualifying to these specifications, the SAE G-8 subcommittee requires that the laboratory maintain ISO 17025 and SAE AS5505 accreditations. These accreditations are specifically associated with CTIO facility, equipment and personnel and are not transferrable. The CTIO has a unique facility not duplicated elsewhere, which is critical to the accomplishment of its mission. The CTIO paint booth, which is controllable for temperature and humidity across the complete range of environmental conditions seen in Air Force operations, is an essential asset for accomplishment of the CTIO mission. Also, the CTIO has the largest installation of xenon arc test chambers in the United States (US), giving it a unique capability for testing exterior durability of advanced polymer systems. There is also a classified component of the work performed within the Special Test and Research (STAR) facility (physically located within the same building as CTIO). The facility is in support of test, evaluation, integration of advanced polymer materials, equipment, and processes involved in the support of those materials. The advanced polymer materials include, but are not limited to, coatings, sealants, gap fillers, adhesives, elastomers, composites, RAMs, films, and leveling compounds. If deemed necessary, the contractor may also perform research and development of new/improved laboratory test procedures, and analytical and modeling techniques for material performance determination and characterization. Vendors who are capable of providing the services stated above shall fully identify their interest and submit, in writing, information documenting their qualifications and capabilities to meet the requirements stated above no later than 3:00 PM, Eastern Daylight Time, on the fifteenth day after publication of this synopsis. Responses must be submitted to Lori Shirdon, Contract Negotiator, via email at Lori.Shirdon@wpafb.af.mil, or Louis Nyikon, Louis.Nyikon@wpafb.af.mil. Responses received after 15 days or without the required information will be considered non-responsive to the synopsis and will not be considered. Responses shall be no more than 10 pages in length. Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count. Pages shall be single-spaced, single-sided. The font shall be Times New Roman and the font size shall be no less than 12 point. Margins for each page shall be at least 1 inch on the top and bottom and ¾ inch side margins. Submitting your company brochure is not an adequate response. The government recognizes that proprietary data may be submitted in response to the Notice; if so, clearly mark any such proprietary data. Responses should include the following information within the 10 page limit: 1. Vendor Information to include: a. Company Name b. Address c. Phone Number d. Fax Number e. E-mail Address f. Point-of-Contact Information 2. Description of relevant capability to perform effort listed above. Other business opportunities for the Air Force Research Laboratory are available at www.fbo.gov. the proposed contract action is for supplies or services for which the government intents to solicit and negotiate with only one source under the authority of FAR 6.302-1. This Notice of contracting Action does not constitute an Invitation for Bids (IFB), Request for Proposal (RFP), or Request for Quote (RFQ), nor does this Notice restrict the governments acquisition approach. Any information received in response to this Notice will be considered to constitute market research and may be utilized by the AF in developing its acquisition strategy. This market research will be used to assess the availability and adequacy of potential sources prior to issuing any solicitation. The Government will not respond to or provide formal debriefings as a result of this Notice. The Government does not reimburse respondents for any costs associated with submission of a response to this Notice. A determination by the Government not to compete the planned contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Direct questions to the contract point of contact identified in the announcement. Inquiries pertaining to this acquisition should be addressed to Louis Nyikon, contracting Officer, telephone: (937) 255-5478, e-mail Louis.Nyikon@wpafb.af.mil, facsimile (937) 255-5302. Technical questions may be addressed to Michael Spicer, Project Engineer, AFRL/RXSS), telephone (937) 255-0942, e-mail Michael.Spicer@wpafb.af.mil. All responsible sources may submit information that shall be considered by this agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLWRS/FA8650-11-D-5602/listing.html)
 
Place of Performance
Address: Dayton, Ohio, United States
 
Record
SN02378901-W 20110213/110211234644-40d217424d0562f96a5bdc94261a3653 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.