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