Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,1995 PSA#1266

Directorate of R&D Contracting, WL/AAKE, Bldg 7, 2530 C St, Wright- Patterson AFB OH 45433-7607

A -- INTEGRATED OPTICAL TRANSCEIVER SOL PRDA #95-08-AAK DUE 030795 POC Donald W. Robinson, Contract Negotiator,(513) 255-2976 or John W. Hargrave, Contracting Officer, (513) 255-3379. A--INTRODUCTION: Wright Laboratory (WL/AAKE) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this PRDA shall be submitted by 07 MAR 95, 1500 hours Eastern Time, addressed to Wright Laboratory, Directorate of R&D Contracting, WL/AAKE (Attn: Mr. Donald W. Robinson). Building 7, 2530 C Street, 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 submission after the cutoff date specified herein shall be treated in accordance with restrictions of FAR 52.215-10, 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 be published. This PRDA may be amended to allow subsequent submission of proposal dates. Offerors should request a copy of the WL Guide entitled, ''PRDA and BAA Guide for Industry''. This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from WL/AAKE, Wright-Patterson AFB, OH 45433-7607, telephone (513) 255-2976. B--REQUIREMENTS, (1) Technical Description: The program is entitled ''Integrated Optical Transceiver.'' The purpose of this program is to determine the feasibility of a high-bandwidth, frequency-modulated, transceiver for electronic to optical and optical to electronic signal conversion for digital, analog, and mixed signal applications. This is a risk reduction effort that culminates in a proof of concept. The results of this effort will be used to determine the specifications of a future program. The intent of the program is to demonstrate those critical components that are necessary to achieve data rates of 100 GHz. Both frequency modulation and ''discrete channel'' spread spectrum modulation are to be considered to achieve an analog goal of 160dB for 5 GHz bandwidth. The Bit Error Rate digital objective is 1/trillion. The analog and digital data rate goals are 100 GHz and 100 GBits/sec, respectively. Optical transceivers are defined to consist of a transmitter and receiver monolithically integrated to electronic circuitry and optical circuitry. Usefulness of optical interconnect technology depends heavily on the development of high speed integrated optical transceivers. Not more than twenty percent of the total effort can be modeling and simulation. The tasks to be performed include the analysis, design, fabrication, and evaluation of critical components that prove the offerors concept of an integrated optical frequency modulated transceiver that can operate at data rates of up to 100 GHz. (2) Deliverable Items: The following deliverable data items shall be proposed: (a) Status Report, DI-MGMT-80368/T, monthly, (b) Funds and Manhour Expenditure Report, DI-FNCL-80331/T, monthly, (c) Project Planning Chart, DI-MGMT-80507A/T, monthly, (d) Contract Funds Status Report (CFSR), DI-F-6004B/T, quarterly, (e) Presentation Material, DI-ADMN-81373/T, as required, (f) Scientific and Technical Reports on Contractor's Billing Voucher, DI-MISC-80711/T, monthly, and (g) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible Final). (3) Security Requirements: None. (4) Other Special Requirements: International Trade in Arms Restrictions apply. C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 12 months. The contractor shall also provide for an additional 4 months for processing/completion of the final report. (2) Expected Award Date: July 1995. (3) Government Estimate: The government anticipates up to three awards, approximately $250,000 per contract award. (4) Type of contract: Cost Plus Fixed Fee (CPFF) or Cost (no fee). Any grants or cooperative agreements 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 contracting point of contact cited below upon deciding to respond to this 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 52.215-12, 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 below. 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. Proposals must reference the above PRDA number. Proposals shall be submitted in an original and five copies. Proposals shall not be submitted via facsimile. 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: The accompanying cost proposal/price breakdown shall be supplied on an SF 1411, together with supporting schedules, and shall contain a person-hour breakdown per task. Copies of the above-referenced forms may be obtained from the contracting office cited. (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. 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. 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 100 pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches. The page limitation includes all information, except attachments as described above, i.e. indexes, photographs, foldouts, appendices, 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 cost proposals to 75 pages as a goal. (5) Preparation Cost: 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 award will be based on an 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 listed in descending order: (a) the offeror's understanding of the scope of the proposed technical effort, (b) soundness of the offeror's technical approach, (c) unique, new, and creative solutions to the program's objectives, (d) the availability of qualified technical personnel and their experience with applicable technologies, (e) the offeror's past experience with applicable probe testing techniques, high frequency testing, and multi-chip module testing, (f) organization, clarity, and thoroughness of the proposed Statement Of Work. Cost 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 or cooperative agreement, in lieu of a contract, will be considered and will be subject to the mutual agreement of the parties. F--POINTS OF CONTACT: (1) Technical Contact Point: Engineer, Dr. James G. Grote, WL/ELOT, 2700 D Street Ste 2, Wright-Patterson Air Force Base OH 45433-7405, (513) 255-5536 extension 317. (2) Contracting/Cost Point of Contact: Contract Negotiator, Mr. Donald W. Robinson, WL/AAKE, Bldg 7, 2530 C Street, Wright-Patterson Air Force Base, OH 45433-7607, (513) 255-2976. (0018)

Loren Data Corp. http://www.ld.com (SYN# 0002 19950119\A-0002.SOL)


A - Research and Development Index Page