|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1998 PSA#2099Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue
SE, Kirtland AFB, NM 87117-5773 A -- HIGH RELIABILITY DEFORMABLE MIRROR SOL 98-D-01 POC Ms. Barbara
Steinbock, Contracting Officer, Det 8 AFRL/PKDB,505-846-2246 HIGH
RELIABILITY DEFORMABLE MIRROR. PRDA NO. 98-D01. Contractual POC:
Barbara Steinbock, Contracting Officer (505)846-2246; AFRL/PKDB; 2251
Maxwell Ave SE, Kirtland AFB NM 87117-5773. Technical POC: Lt Jeff
Barchers, AFRL/DES, (505) 846-5671.The Air Force Research Laboratory
(AFRL) is seeking proposals for design and fabrication of a High
Reliability Deformable Mirror. BACKGROUND AND PRIMARY GOALS: The goal
of this effort is to design and build 1000-actuator class deformable
mirrors with close actuator spacing, high reliability and low cost.
Innovative approaches to accomplish these goals are strongly
encouraged. The deformable mirror will be used in adaptive optics
systems designed to correct phase distortions created by atmospheric
turbulence. The deformable mirror will be used in a closed loop servo
having a control bandwith of 500 Hz (at -3 dB error rejection). The
mirror must have inter-actuator spacing of less than 7.0 mm with
individual actuator stroke greater than 2.0 mm and adjacent actuators
restricted so that differential stroke does not exceed 2.0 mm.
SPECIFICATIONS: The DM must meet or exceed current industry standards
including but not limited to the following: have a minimum of 941
active actuators in a square array of 35 actuators on a side with
corner actuators eliminated to accommodate a circular aperture. The
location of the actuator centers relative to a best-fit square grid,
must be less than 1/50 of an actuator spacing distance. The mirror
surface over the active area with no excitation on the actuators shall
be flat to better than l/5 peak-to-peak (l = 0.5 mm). Actuator to
actuator uniformity must be achieved such that the mirror surface
error, using a maximum offset of 5% of full stroke on individual
actuators, is less than 1/30 wave rms and 1/16 wave peak-to-peak at
mid-stroke operation. At full stroke operation, the mirror surface
error must be less than 1/10 wave rms (1 wave = 0.5 mm). Actuator
hysteresis shall not exceed 3% on any actuator. Full-scale operating
voltage shall be chosen to ensure that the actuator's strength will not
be compromised due to excessive stress in the individual actuator
layers. The actuator influence function describes the shape of the
mirror surface in response to the displacement of an actuator. The goal
is that the displacement of the mirror surface at any actuator location
is less than 10% of the displacement at the driven actuator location,
under both static and dynamic conditions. Actuator response shall be
independent of temperature to 0.3% over the temperature range 20 5 C.
Mirror response, defined as the ratio of surface displacement to
actuator drive voltage, is required to be flat ( 0.5 dB) with a maximum
phase shift of 5 out to 2 kHz for small signal operation and out to 500
Hz for full stroke operation. It is intended that the mirror will be
operated with drive circuitry designed and provided by the vendor. This
circuitry shall drive all actuators and shall have protective circuitry
to prevent excess current to actuators. This drive circuit shall be
digitally controlled. Frame rate shall meet or exceed 10 kHz. Latency,
as measured from the last command input to the last voltage output,
must be less than 10 msec. As an additional goal, the design should be
compatible with the application of a multi-layer dielectric coating.
When used in an adaptive optical system, the DM must be aligned so that
the actuators are coincident with the sub-apertures of the phase
sensor. To facilitate this alignment, provisions shall be made for the
accurate registration of an alignment fixture. This fixture could be
either a crosshair centered on the aperture or a mask defining each
actuator location. Good commercial practices shall be used throughout.
The DM shall be operable without degradation of performance under the
following conditions: -- at altitudes from sea level to 10,000 feet --
storage over the temperature range -10 to 50 C -- at any attitude in
the gravitational field. Offers are not limited in technical approach,
though the proposed design should consider the goals of the effort and
specifications listed above. Projected total funds are currently
unavailable, though projected funding is $2.5 million for the total
project. PROPOSAL PREPARATION INSTRUCTIONS: Proposals are due 30 days
from the date this announcement is published. Submit Technical and Cost
proposals in separate volumes. An original and three copies of your
proposal are required. Technical Proposal shall include an executive
summary of the offeror's capabilities (including key personnel),
relevant/related experience, program description, program plan
detailing the technical effort to be accomplished, and facilites. The
technical proposal shall be limited to 25 pages (12 pitch or larger
type), double spaced, single sided, 8.5 by 11 inch pages, use one inch
margins on top and bottom of page and 3/4 inch side margins. The page
limitation includes all information i.e., indices, photographs,
foldouts, attachments, resumes, etc. COST PROPOSALs shall be limited to
5 pages and should be preparedin accordance with instructions under the
secondary link entitled "PL BAA/PRDA Cost Preparation Instructions" at
AFRL web site, http://www.plk.af.mil/ORG_CHART/PK/mainmenu.htm. Pages
in excess of the limitation will not be considered by the government.
Data deliverables, including a final report, shall be proposed that
will adequately provide the government with sufficient information to
ascertain the effectiveness of the offeror's operations. Proposals
shall be valid for a period of not less than 180 days after the due
date. Proposals must reference the above PRDA number and include a
unique proposal identification number. All firms submitting responses
should 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. For purposes of this PRDA the business size
standard is 1000 employees, SIC 8731. Proposals shall be submitted to
DET 8 Air Force Research Laboratory/PKDB, 2251 Maxwell Ave SE, Kirtland
AFB NM 87117-5773. This announcement is an expression of interest only
and does not commit the government to pay for proposal preparation
cost. The cost of preparing proposals in response to this PRDA is not
considered an allowable direct charge to any resulting contract or to
any other contract. A Cost-Plus-Fixed Fee (CPFF) contract(s) is
anticipated to be awarded. This acquisition is unrestricted and
unclassified. BASIS FOR AWARD: Proposals will be evaluated in
accordance with the following criteria: (1) The overall scientific
and/or technical merit of the proposal; (2) the potential contributions
of the effort to the project's mission and the extent to which the
research effort will contribute to balancing the overall mission
program. The proposal should be directed toward advancing the state of
the art and should provide for new and creative research and
development solutions for scientific and engineering problems. (3) The
offeror's capabilities,related experience, facilities, techniques, or
unique combinations of these which are integral factors for achieving
the proposal objectives; (4) the qualifications, capabilities, and
experiences of the proposed key personnel who are critical to the
achievement of the proposal objectives; (5) offeror's record of past
and present performance; (6) reasonableness and realism of the proposed
costs and fee. No further evaluation criteria will be used in selecting
the proposals. This CBD announcement in and of itself constitutes the
PRDA. Subject to the Availability of Funds, the Government reserves the
right to select for award any, all, part, or none of the proposals
received. Proposals will be classified into one of the following three
categories: (1) Category I -- Well conceived scientifically and
technically sound proposals pertinent to the 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 will be displaced only by other
Category I proposals. (2) Category II -- Scientifically or technically
sound proposals that may require further development and can be
recommended for acceptance but are at a lower priority than Category I.
Proposals in this category are not always funded. (3) Category III --
Proposals are recommended for rejection for the particular announcement
under consideration. This PRDA will be posted on the AFRL Contracting
Bulletin Board under the AFRL Acquisition Information Quick ftp
repository -- http://www.plk.af.mil/ORG_CHART/PK/mainmenu.htm. AFRL
Contracting Bullentin Board POC is John Webb, AFRL/PKAX, (505)
846-4457. An Ombudsman has been appointed to hear concerns from
offerors or potential offerors, primarily during the proposal
development phase of this competitive, negotiated 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. Before contacting the Ombudsman,
potential offerors should first communicate with the Contracting
Officer. In those instances where offerors cannot obtain resolution
from the Contracting Officer, they are invided to contact the AFRL
Ombudsman at DET 8 of the Air Force Research Laboratory, Mr. Eugene
DeWall, DET 8/AFRL/PK, at (505) 846-4979, 2251 Maxwell Ave SE, Bldg
424, Kirtland AFB NM 87117-5773. When requested the Ombudsman will
maintain strict confidentiality as to the source of the concern. The
Ombudsman does not participate in the evaluation of proposals or in the
selection process. For contracting issues, please contact Barbara
Steinbock, Contracting Officer at (505) 846-2246. For technical
concerns, please contact Lt Jeff Barchers, AFRL/DES, (505) 846-5671.
(0138) Loren Data Corp. http://www.ld.com (SYN# 0005 19980520\A-0005.SOL)
A - Research and Development Index Page
|
|