Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13,1998 PSA#2032

Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773

A -- PROGRAM RESEARCH AND DEVELOPMENT ANNOUNCEMENT PKV 98-03, 95K HIGH EFFICIENCY CRYOCOOLER SOL PKV 98-03 POC Shari D. Barnett, Contracting Officer, (505) 846-6189 or Thom Davis, Program Manager, (505) 846-5754 WEB: Click here to download a copy of the PRDA, http://www.plk.af.mil/ORG_CHART/PK/mainmenu.htm. E-MAIL: click here to contact the contracting officer, barnett@plk.af.mil. The Air Force Research Laboratory (AFRL/PKVS) is interested in receiving proposals (technical and cost) in response this Program Research and Development Announcement (PRDA). This PRDA is for the design, development, fabrication, and delivery of a space qualifiable cryocooler to meet Ballistic Missile Defense Organization (BMDO) and Air Force technology needs. Proposals with new or creative research or development solutions for the use of technology demonstrations which enhance the state-of-the-art and scientific knowledge in this field are solicited. Refer to Section D -- Proposal Preparation Instructions for submittal date. B-REQUIREMENTS: The cryocooler design will provide an opportunity to make evolutionary gains over existing state-of-the-art space capable cryocoolers in the areas of system power, mass, unit cost, ease of manufacturing, lifetime, and reliability. Where applicable, considerations in design should include the use of commercially derived designs, methods, and manufacturing processes. The intent is to develop a cryocooler that supports optics cooling requirements for surveillance satellites such as SBIRS Low. The cryocooler should provide a minimum of 6 Watts cooling with an objective of 10 Watts at 95K; single and multiple stage designs will be considered. This cryocooler and drive/control electronics should minimize the total spacecraft system penalty. Additional goals for the cryocooler design include: low/minimal vibration at the compressor and at the cold end, reduce complexity; maximize thermodynamic efficiency, minimize cryocooler mass, minimize input power, minimize induced vibration, minimize electromagnetic interference, emphasize ease of integration, and minimize unit cost. The cryocooler design should have the ability to survive launch vibration loads of any existing Air Force launch vehicle. The cryocooler development should also address and investigate reliability and lifetime issues with a goal of greater than 10 years useful life. The space qualifiable Protoflight model(flight quality thermo-mechanical unit with drive electronics tractability to flight quality) shall be designed, developed, manufactured, and functionally tested within a 24 month schedule. For technical questions concerning these requirements, please contact Mr. Thom Davis at (505) 846-5754, email davistm@plk.af.mil. C -- BASIS FOR AWARD: Evaluation will be in accordance with AFMC FARS 5335.016-90. Technical proposals will be evaluated using the following factors in descending order of importance: (a) demonstrated technical and/or scientific merit and its relevancy to current DoD needs, including capabilities and related experience, facilities, techniques or unique combinations of these which are an integral factor for achieving proposal objectives, (b) impact of successful development on the performance of space systems, and (c ) new and creative solutions to design and develop cryocoolers. Cost proposals will be evaluated for completeness, reasonableness and realism. No further evaluation criteria willbe used in selecting proposals. Proposals which comply with the requirements identified in this announcement will be classified into one of the following three categories: (1) Category I: Well conceived, scientifically, and technically sound proposals pertinent to program goals and objectives, and offered by a responsible contractor with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results. Proposals in Category I are recommended for acceptance and normally are displaced only by other Category I proposals. (2) Category II: Scientifically or technically sound proposals requiring further development and are recommended for acceptance, but are at a lower priority than Category I. (3) Category III: Proposals not technically sound or do not meet agency needs. The government anticipates approximately $2M-$3M for contract award(s). Amount of awards and periods of performance are estimates only, intended to assist offerors in preparing proposals that arerealistic in terms of funding. Subject to the availability of funds, the government reserves the right to select for award any, all, part or none of the proposals submitted in response to this announcement. Multiple awards may be made. When requested, a debriefing will be provided IAW FAR 15.005. A copy of each final report of any resultant contract will be available, subject to national disclosure policy and regulations. D. PROPOSAL PREPARATION INSTRUCTIONS: This announcement is open until, and proposals are due 27 March 1998. (1) The technical proposal shall include an Executive Summary, Program Description, Program Plan, Milestone Chart, Facilities and Equipment description, description of Relevant Prior Work, Management Plan and Resumes of Key Individuals. The technical proposal shall also include a Statement of Work detailing the technical tasks to be accomplished under the proposed effort and suitable for contract incorporation (no proprietary legends). The technical proposal shall be limited to 50 pages (12 pitch or larger type), double spaced, single-sided, 8.5 by 11 inch pages. Margins and Page Count: Use at least 1-inch margins on top and bottom and inch side margins. Legibility shall not be impaired by the binding. Both sides of the paper may be used. Each printed side of an 8 1/2" x 11" sheet counts as a page. Foldouts printed on one side only will be counted as 2 pages. Blank pages, title pages, table of contents, lists of figures, lists of tables, tabs, cover sheets, or blank dividers are not included in the page count. The Government will only read and evaluate proposals up to the page limitation. Pages over the page limitation will be removed prior to evaluation. Use elite type size or equivalent (not smaller than 10 point vertical character height and not more than 12 characters per inch). A ten point proportional serif font is acceptable, in which case characters per inch measurement does not apply. Typesetting or other techniques to reduce character size or spacing are not permitted. (2) Cost Proposal: Cost proposals shall be prepared in accordance with the instructions found at web site htp://www.plk.af.mil/ORG_CHART/PK/mainmenu.htm under "Cost Proposal Preparation Instructions". The cost information, other than cost or pricing data, requested therein is necessary for the government to perform a cost realism analysis. Offerors must mark their proposals with the restrictive language stated in FAR 15.609(a). Proposals shall be submitted in original and five copies with the original being clearly marked in such a manner as to distinguish it from the copies. Proposals shall be submitted to Air Force Research Laboratory -- Phillips Research Site, PKVS, Attn. Shari Barnett, 2251 Maxwell Ave. SE Kirtland AFB, NM 87117-5773, (505) 846-6189, barnett@plk.af.mil. Do not send proposals to any other address or they may not be considered for award. Proposals submitted by fax or e-mail will not be considered for award. Proposals shall be valid for a period of not less than 180 days after the due date. Proposals must reference the PRDA number and include a unique proposal identification number. The costs of preparing proposals in response to this announcement are not considered an allowable direct charge to any resulting contract or any other government contract, but may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. Cost Plus Fixed Fee, Completion type contracts are anticipated to be awarded. D. ADDITIONAL INFORMATION: The Government does not intend that FFRDCs use privileged information or access to facilities to compete with the private sector. If a contractor proposes using a FFRDC as a subcontractor, other than DOD-sponsored FFRDCs in the capacities discussed in DFARS 235.017, it must provide rationale in its proposal that supports the unique capability of the FFRDC. Also, the contractor's proposal must demonstrate that the FFRDC can accept work from other than the sponsor. This acquisition involves Military Critical Technology List (MCTL) technology (cryocoolers capable of continuous operation with greater than 4000 hours MTBF) that is subject to export control laws and regulations. Only contractors that are registered and certified with the Defense Logistics Services Center (DLSC) may submit proposals. Contact the Defense Logistics Services Center, 74 North Washington, Battle Creek MI, USA 49016-4312, (1-800-352-3572) for further information on certification and the approval process. Submit a copy of DD Form 2345 with proposals submitted in response to this announcement. Foreign-Owned Firms are advised they will not be allowed to participate as the prime contractor. Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the government. For the purposes of this PRDA, the business size standard is 1000 employees, SIC 8731. All firms submitting responses must reference this announcement and indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, an 8(a) firm, a woman-owned business, a historically black college or university, or a minority institution. An Ombudsman has been appointed to hear concerns from offerors and potential offerors during the proposal development phase of the acquisition. The purpose of the ombudsman is not to diminish the authority of the program director 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 communicate first with the Contracting Officer. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact the Ombudsman, Mr. Gene DeWall, by calling (505) 846-4979, or writing to Air Force Research Laboratory -- Phillips Research Site, Directorate of Contracting/PK, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773. When requested, the Ombudsman will maintain strict confidentially as to the source of the concern. The Ombudsman does not participate in the evaluation of the proposals or in the source selection process. All responsible sources may submit an offer, which will be considered. See Note 26. (0041)

Loren Data Corp. http://www.ld.com (SYN# 0001 19980213\A-0001.SOL)


A - Research and Development Index Page