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