|
COMMERCE BUSINESS DAILY ISSUE OF MAY 30,2000 PSA#2610Department of the Air Force, Air Force Materiel Command, AFRL -- Eglin
Research Site, 101 West Eglin Blvd, Eglin AFB, FL, 32542-6810 A -- DEVELOP ADVANCED CRYOGENIC EMITTER SOL MNK-PRDA-00-0002 DUE
071000 POC Mimi Martin, Contract Specialist, Phone 850-882-4292x3409,
Email martinmd@eglin.af.mil -- Brenda Soler, Contracting Officer, Phone
(850)882-3399, Fax (850)882-9599, Email solerb@eglin.af.mil WEB: Visit
this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=MNK-PRDA-00-0
002&LocID=1362. E-MAIL: Mimi Martin, martinmd@eglin.af.mil. This is a
Program Research and Development Announcement (PRDA). The Air Force
Research Laboratory Munitions Directorate Advanced Guidance Division
(AFRL/MNG) is interested in receiving technical and cost proposals for
the development of an advanced cryogenic resistive array infrared
scene Projection Element Module (PEM). Proposals in response to this
announcement must be received no later than 1:00 PM central standard
time 10 July 2000 addressed to AFRL/MNK, Suite 337, 101 W. Eglin Blvd.,
Eglin AFB FL 32542-6810, Attn: MiMi Martin. Proposals submitted after
the cut-off date specified herein shall be treated in accordance with
FAR 52-215-1(c)(3), _Instructions to Offerors -- Competitive
Acquisition_. Responses must reference the above number
(MNK-PRDA-00-0002). Proposals submitted must be in accordance with this
announcement. Since this is a PRDA, there will be no formal request for
proposal or other solicitation regarding this announcement. Additional
data essential for the offeror's proposal is available in the Advanced
Cryogenic Emitter (ACE) Requirements Description which may be requested
from Robert Stockbridge, (850)882-4446 ext 2260. The technical proposal
must include an outline and full discussion of the nature and scope of
the research and development method or technical approach, and the
expected results. The offeror must have documented background knowledge
in the theory, analysis, design, and fabrication of the proposed
technology area. Information must be included on prior experience in
the applicable field of research, the available facilities, and
resources to include personnel designated to perform the proposed
effort. B -- REQUIREMENTS: (1) Technical Description: Through research
and development programs such as the Wideband Infrared Scene Projector
(WISP) program, resistive array infrared scene projector technology has
demonstrated such desirable qualities as broad spectral emission,
flickerless images, high frame rates, large radiometric outputs, and
low noise background (cryogenic) operation. Although resistor array
infrared scene projector technology has greatly matured under the WISP
program, there are areas in which additional development is required
to meet the needs of the hardware-in-the-loop test and evaluation
community. One of the community's facilities, the 10V Chamber at Arnold
Engineering Development Center (AEDC), Arnold AFS, TN, is being
upgraded to support the National Missile Defense (NMD)
Hardware-in-the-Loop requirements for the testing and evaluation of
infrared guided NMD interceptors. This closed-loop simulator facility
will evaluate advanced state-of-the-art seeker and control system
performance under varying mission scenarios. Because of the rapid
evolution of sensor and signal processor technologies, it is imperative
that related simulation technologies keep pace with the advances in
guided interceptor technology. (2) Technical Goals: The overall
objective of this program is to significantly advance the
state-of-the-art in cryogenic resistive array infrared scene projection
technology. Proposals must address the following areas in descending
order of importance: (a) Cryogenic environment operation (25K to 150K),
(b) High spatial resolution (512x512), (c) Snapshot/Raster array
updates, (d) High framing rates (8 millisecond 10% to 90% pixel
radiance rise time for 120 Hz operation), (e) High radiometric output
(radiometric output from the cryogenic substrate temperature to at
least 450K apparent temperature defined in a 3 to 5 micron waveband and
at least 400K apparent temperature in an 8 to 12 micron band after
non-uniformity correction (NUC) of the array), (f) Minimization of
scene spatial droop, (g) Mechanical interface flexibility in the PEM
design to accommodate future 10V Chamber expansion to dual-band and
operational evaluation of PEM in AFRL/MN_s Kinetic Kill Vehicle
Hardware-in_the-Loop Simulator (KHILS) VAcuum Cold Chamber (KVACC), (h)
Maximization of array fabrication yield. This 24-month program to
development, design, fabricate, and deliver shall include a preliminary
design review, a critical design review, one array fabrication run, and
three assembled and delivered projector emitter modules (PEMs). The
offeror_s delivered PEMs must include as a minimum the resistor array;
signal, control, power, ground, and mechanical interface connections;
a vacuum enclosure, if required; the cooling block; and the vacuum and
cooling line fittings. The array electrical interface design will be
defined by the offeror with input from the Government, prior to the
critical design review, to ensure its operability with the government_s
drive electronics design. The Government will be responsible for system
installation, PEM thermal control, control and drive electronics
development, and characterization/evaluation of all delivered array
packages. Although annealing the resistor arrays is the Government's
responsibility with technical support from the offeror, the offeror may
propose to assume the task. (3) Data Requirements: The data element
submittals are expected. Suggested Data Item Descriptions (DIDs) are
noted. The contractor may propose additional elements or submittal of
combined elements or DIDs as appropriate for the proposed program.
Electronic submittal is encouraged whenever feasible and cost-effective
for the program. The expected data element submittals are: (a) Design
drawings (DI-DRPR-81002A) (b) Monthly status reports, including
technical progress, programmatic issues, schedule, and appropriate
disclosure of actual cost and labor expenditures. Contractor-format
CFSR are required during the contract. (DI-MGMT-80368, -80269;
DI-FNCL-80912; DI-MGMT-81468) (c) Final technical report and a
technology transfer report at end of program. The final report, which
will be published in DTIC, must document the entire effort
(DI-MISC-80711). The final report must be delivered to the Government
in electronic form (Microsoft Word 97 format). (d) A record (e.g.,
agenda, presentation materials, minutes, and tracking of associated
action items) of required meetings. (DI-ADMN-81249, -81250, -81373).
(e) Meetings and Reviews: The contractor will be expected to host and
conduct various meetings throughout the program, including but not
limited to, a kick-off, a formal preliminary design review, a formal
critical design review, and a final review at the end of the program.
Periodic progress meetings for technical and programmatic interchange
will be held at three month intervals throughout the program, except
for those months when formal meetings are scheduled; the contractor
will be expected to host half of these meetings, and Government will
host the other half. The contractor may propose to conduct or
participate in other meetings with subcontractors, Government agencies,
or third parties, as deemed appropriate to the program. C -- ADDITIONAL
INFORMATION: (1) Anticipated Period of Performance: 24 months total.
(2) Government Estimate and Type of Contract: The Government
anticipates awarding a CPFF contract. The Government has estimated
funding of approximately $1.7 to $2.0 million forthis contract. Funding
for the contract is anticipated to be comprised of approximately 2.5%
FY00, 70% FY01, and 27.5% FY02 funds. This funding profile is an
estimate only and is not a promise for funding, as all funding is
subject to change due to availability and Government discretion. (3)
Government Furnished Property: It is the offeror_s responsibility to
identify any equipment to be used whether contractor-owned and
furnished or Government-owned and furnished. The Government will assist
in providing Government-owned property as appropriate and if available.
(4) Proprietary Items: It is the offeror_s responsibility to identify
any proprietary materials, products, software, or processes to be used
by the prime contractor and subcontractors in the performance of this
program and address acquisition of data rights or licenses, or
expected recoupment of development cost for those proprietary items
that will be integrated into the projection device. (5) Security
Requirements: No access to or storage of classified materials is
required for this program. ACE PRE-PROPOSAL CONFERENCE INFORMATION
Date: June 2, 2000 Time: 0830-1130 Location: Eglin AFB FL, Bldg. 11
Room 374 Purpose: Government presentation regarding ACE program
objectives, program structure and procurement approach. Security: The
pre-proposal conference will be unclassified. Visit Request: Prior to
the date of the conference, submit visit requests to: AFRL/MNOB
Security, Attn: Cindy Preston, 101 W. Eglin Blvd, Ste 201, Eglin AFB,
FL 32542_6810 (Phone: 850-882-4740/ext. 2303; Fax: 850-882-4627). D --
PROPOSAL PREPARATION INSTRUCTIONS: (1) General: Offerors should apply
the restrictive notice prescribed in the provision at FAR 52.215-1(e),
Restriction on Disclosure and Use of Data, to trade secrets or
privileged commercial and financial information contained in their
proposals. Additional proposal questions should be directed to one of
the points of contact listed in Part F. An unclassified written
technical and cost proposal, submitted in separate volumes, is
required. Volume 1 should provide the technical proposal of the program
and Volume 2 should address the price and cost details of the proposal.
Volume 1 should be limited to a total of 25 pages, including resumes,
charts, figures, tables, etc.; the proposed SOW and CDRLs may be
included as an appendix of not more than 20 pages. The Government
reserves the right to remove and return to the offeror any excess pages
before evaluation starts. Cost proposals have no page limitations,
however, offerors are requested to keep cost proposals to 30 pages as
a goal. A page is defined to be one side of an 8.5 x 11 inch piece of
paper with information on it. Minimum print size is 10 point type, or
12 pitch, with line spacing of not less than one and one half for the
typeface used. Proposals shall be submitted in an original and 2
copies. All responsible sources may submit a proposal which shall be
considered against the criteria set forth herein. Copies of the
proposals may be forwarded, if the offeror authorizesin writing, to
other interested government agencies for funding consideration.
Authorization for limited reproduction and dissemination within
Government Agencies and National Laboratories is requested. The cost of
preparing proposals in response to this announcement is not considered
an allowable direct charge to any resulting contract, or any other
contract. It is, however, an allowable expense to the normal bid and
proposal indirect cost specified in FAR 31.205-18. Offerors are advised
that only the Contracting Officer is legally authorized to
contractually bind or otherwise obligate the Government. The U.S. Air
Force reserves the right to select for award one or none of the
proposals received in response to this announcement. If selected for
negotiations, qualifying offerors will be required to submit a
subcontracting plan within ten (10) days of notice. (2) Technical
Proposal: The Volume 1 technical proposal shall include, as a minimum,
a statement of work suitable for contract incorporation; the offeror_s
technical approach for the entire program; risk management procedures
to be applied to the program; identification of key personnel,
resources, and critical subcontractors; hardware and data deliverables;
a proposed program schedule including deliveries for the entire
program; and a summary of past performance. (3) Cost Proposal: Adequate
price competition is anticipated. The Volume 2 cost proposal must
include as a minimum a man-hour breakdown by task; a cost element
summary including labor, overhead, travel, G&A, etc.; an SF 1448 for
the contract and a payment schedule for the entire program. E --
PROPOSAL EVALUATION: (1) Award Evaluation Criteria: The selection of
none or one source for contract award shall be based on scientific and
engineering evaluation of the proposals in response to this PRDA to
determine best-value potential for the entire program. Proposals will
be evaluated as received using the following factors. No other
evaluation criteria will be used in selecting the proposals. Technical
and cost information will be evaluated at the same time. The factors
in descending order of importance are: (a) The soundness of the
approach, including the proper definition and arrangement of tasks,
concept verification techniques, and the probability of meeting the
Government_s technical goals; (b) The offeror_s capabilities, related
experience, record of research accomplishments in infrared resistor
array projector technology area, facilities, techniques, key personnel,
subcontractors, or unique combination of these factors which are
integral factors for achieving the Government_s technical goals; (c)
The offeror_s technical management and administrative capabilities
including technical program management resources necessary to comply
with program objectives and past and present performance on government
contracts; and (d) The reasonableness, realism, and completeness of
proposed cost for the total program. (2) General: The Air Force
reserves the right to consider a small business set-aside based upon
the responses submitted. This requirement may be purchased from a sole
source if the Air Force determines that only one source is capable of
satisfying the requirements. F -- POINTS OF CONTACT: (1) Ombudsman: An
Ombudsman has been appointed to address concerns from offerors or
potential offerors during the proposal development phase of this
acquisition. The Ombudsman does not diminish the authority of the
program director or Contracting Officer, but communicates Contractor
concerns, issues, disagreements, and recommendations to the appropriate
Government personnel. When requested, the Ombudsman shall maintain
strict confidentiality as to the source of the concern. The Ombudsman
does not participate in the evaluation of proposals or in the source
selection process. Matters of a routine or administrative nature
concerning this acquisition should not be addressed to the Ombudsman
but rather to the Contracting Officer, Contract Specialist, or the
Program Manager identified above. For any other concerns, interested
parties may call AFRL/MN_s Ombudsman, Lt Col Mary T. Quinn, at (850)
882-2872. (2) Contracting and Cost: Ms. Brenda Soler, Contracting
Officer, (850)882-4294, ext 3399, or Ms. MiMi Martin, Contract
Negotiator, (850) 882-4294, ext 3409, at AFRL/MNK, 101 W. Eglin Blvd.,
Suite 337, Eglin AFB, FL 32542-6810, or e-mail to
brenda.soler@eglin.af.mil or mimi.martin@eglin.af.mil respectively. The
fax number is (850)882-9599. (3) Programmatic and Technical Issues: Mr.
Robert Stockbridge, (850) 882-4446, ext 2260, at AFRL/MNGG, 101 W.
Eglin Blvd., Suite 234, Eglin AFB, FL 32542-6810, or e-mail to
robert.stockbridge@eglin.af.mil. The fax number is (850)882-4128. See
numbered Note 26. Posted 05/25/00 (D-SN458611). (0146) Loren Data Corp. http://www.ld.com (SYN# 0003 20000530\A-0003.SOL)
A - Research and Development Index Page
|
|