|
COMMERCE BUSINESS DAILY ISSUE OF MAY 29,1998 PSA#2105Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue
SE, Kirtland AFB, NM 87117-5773 A -- OPTICAL COATING AND COMPONENT EVALUATION LABORATORY (OCEL) II SOL
F29601-98-R-0012 POC POC: Dorothy D. Black, Contract Specialist,
505/846-4417, or Sanae Yata, Contracting Officer, 505/846-5119.
Research and development sources are sought for the Optical Coating and
Component Evaluation Laboratory (OCEL) contract to provide qualified
onsite optical component characterization and evaluation and optical
thin film deposition support to the Directed Energy Directorate of the
Air Force Research Laboratory. This is a follow-on acquisition to
Contract F29601-95-C-0021 for OCEL. Core research and development
activities that will be performed on site at Phillips Research Site
include theory and concept development; laboratory operation; and
development, fabrication and evaluation of advanced optics and thin
film coatings. This acquisition includes development and operation of
instrumentation to evaluate and characterize optical components and
optical thin films, and analysis of measurement data. This acquisition
also includes design analysis, the application of technical expertise
to solve optics evaluation and coating problems, and maintenance of
laboratory coating and test facilities and diagnostic equipment. Optics
characterization includes scatterometry, laser calorimetry,
interferometry, spectrophotometry, and performance testing to determine
optical scatter, absorption, surface shape, transmitted wavefront
quality, reflectance, transmittance, thermal distortion, stress,
durability, stability, and other properties of interest. Emphasis will
be on high energy laser optics although the laboratory will support
other Air Force requirements for optical property measurements. Custom
experimental setups utilizing the laboratory's computer controlled
instrumentation will be required. Thin film research and development
will include coating design, investigation of techniques to improve
thin film coatings for high energy laser applications, and deposition
of multilayer coatings. An Indefinite-Delivery Indefinite-Quantity
(IDIQ), Cost- Plus-Fixed-Fee (CPFF) type task order contract is
contemplated with a task-ordering period of 5 years. Anticipated
contract value is $6.2M. Small businesses having the capability to
perform this work are invited to submit a Statement of Capability (SOC)
in order to determine whether the acquisition should be set aside for
small businesses. Based on the results of the SOC evaluation, the
Government reserves the right to set aside this requirement for small
businesses. Offerors shall indicate whether they are or are not a small
business, a small disadvantaged business, 8(a), a woman-owned business,
or Historically Black College or University. The statement of
capability shall contain pertinent and specific information addressing
the following areas: (1) Experience in state-of-the-art optics
research and development, particularly high energy laser optics
characterization and evaluation, computer controlled automated
instrumentation, and high energy laser thin films. Offeror shall
identify any Independent Research and Development programs conducted
within the last three years in the technical areas being solicited and
describe significant results of such projects. Technical expertise
should address capabilities in performing scatterometry, laser
calorimetry, interferometry, spectrophotometry, and performance
testing. The offeror shall identify those efforts done in-house and
those done by subcontractor. (2) Ability to plan and conduct tests at
government facilities. (3) Research and management personnel
professional qualifications and specific technical experience relevant
and applicable to this work. Desired qualifications for technical and
management personnel are B.S. in engineering or related field with 5
years experience. Technical personnel should specify specific, relevant
experience to the optical coatings and/or component evaluation
mentioned above. (4) Experience and ability to manage research
resources to ensure the technical efforts are completed on schedule and
within cost. Offerors must have financial, engineering, and managerial
resources to support sporadic, quick turnaround efforts. (5) Offerors
must demonstrate the in-house capability of performing at least 50% of
the total effort. Documentation shall be provided on all subcontract
work anticipated in performance of the effort to include an estimate of
the anticipated subcontracting for the areas to be subcontracted. (6)
A statement of ability to obtain, within 30 days of contract award,
both an industrial security clearance and available storage facilities
to support work at the SECRET level. Any responses received not
addressing all of the above requirements will be rejected. The
capability statements will be limited to 15 pages, single spaced,
12-point font, Times New Roman, excluding resumes. Interested offerors
are requested to submit a statement of capability within 15 calendar
days of this announcement, substantiating each qualification described
(original plus 3 copies) in (1) through (6) above for RFP
F29601-98-R-0012 to Det 8 AFRL/PKDL, Attn: Ms Dorothy Black, 2251
Maxwell Avenue SE, Kirtland AFB NM 87117-5773. Only unclassified
information shall be submitted. An original plus two copies shall be
submitted. Potential offerors responding to this sources sought
synopsis must indicate whether they qualify as a small business under
SIC Code 8711 with a size standard of $2.5M. An organizational conflict
of interest clause is anticipated in any resultant contract. This is
not a request for proposal (RFP) and is not construed as a commitment
by the Government to issue a solicitation or ultimately award a
contract. Any costs incurred as a result of this announcement shall be
borne by the offeror and will not be charged to the Government for
reimbursement. To prepare its proposal and perform services under the
contract, the contractor will require access to Militarily Critical
Technical Data whose export is restricted by U.S. export control laws
and regulations. Only offerors who submit an approved DD Form 2345,
Militarily Critical Technical Data Agreement, to the contracting
officer will receive a copy of the solicitation. Contact the Defense
Logistics Services Center (DLSC), Federal Center, 74 North Washington,
Battle Creek MI 49016-4312, (1-800-352-3572) for further information
on the certification and approval process. Foreign owned firms are
advised they will not be allowed to participate as the prime
contractor. If your interest is in subcontracting possibilities, please
indicate this clearly in your submission. All respondents desiring a
copy of the future solicitations must provide a point of contact,
complete mailing address, telephone and fax number, and e-mail address.
An Ombudsman has been appointed to hear significant concerns from
offerors or potential offerors during the proposal development phase of
this acquisition. Routine questions are not considered to be of
"significant concern" and should be communicated directly to the
Contracting Officer, Sanae Yata, (505) 846-5119. The purpose of the
Ombudsman is not to diminish the authority of the Contracting Officer
or Program Manager, but to communicate contractor concerns, issues,
disagreements and recommendations to the appropriate Government
personnel. The Ombudsman doesnot participate in the evaluation of the
proposals or in the source selection process. The Ombudsman for this
acquisition is Mr Eugene DeWall, Deputy Director of Contracting, Det 8
AFRL/PK-D, (505) 846-4979, 2251 Maxwell Avenue SE, Kirtland AFB NM
87117-5773. (0146) Loren Data Corp. http://www.ld.com (SYN# 0007 19980529\A-0007.SOL)
A - Research and Development Index Page
|
|