COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31, 2001 PSA #2927
SOLICITATIONS
A -- NONDESTRUCTIVE EVALUATION TECHNOLOGY INITIATIVES PROGRAM II (NTIP II)
- Notice Date
- August 29, 2001
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL -- Wright Research Site, Det 1 AFRL/PK Bldg 167, Area B, 2310 8th Street, Wright-Patterson AFB, OH, 45433-7801
- ZIP Code
- 45433-7801
- Solicitation Number
- F33615-01-R-5216
- Response Due
- September 28, 2001
- Point of Contact
- Sally Roliff, Contract Negotiator, Phone (937) 255-5069, Fax (937) 255-5302, Email sally.roliff@wpafb.af.mil -- Philip Nelson, Contracting Officer, Phone (937) 656-9092, Fax (937) 255-5302, Email Philip.Nelson@wpafb.af.mil
- Description
- DET 1 AFRL/PK, Research & Development (R & D) Contracting, AFRL/MLKM intends to issue Request for Proposal (RFP) No. F33615-01-R-5216 to solicit proposals in support of the Air Force Research Laboratory, Materials and Manufacturing Directorate (AFRL/ML), Metals, Ceramics & Nondestructive Evaluation Division. The solicitation is for "Nondestructive Evaluation Technology Initiatives Program II (NTIP II)". The objective of the program is to conduct research and development to provide nondestructive evaluation and inspection (NDE/I) of aerospace materials to detect hidden defects and/or measure certain other intrinsic material characteristics without causing damage to, or otherwise altering, the state of the object in the process or its end product. Work under this contract spans the full spectrum of nondestructive technologies, including modeling, simulation and optimization of Nondestructive Evaluation (NDE) response, and NDE data management and analysis technologies, that are used in the inspection and evaluation of aerospace components and systems. The contractor will conduct research and development (R & D) and provide a plan and strategy for the transition to depot or field usable locations of all prototype systems, NDE/I instrumentation, and/or NDE/I technologies developed as a result of this R & D effort. Examples of the type of work to be performed might include the development of the following: advanced digital radiographic methods and instrumentation to quantitatively determine materials variations; advanced inspection techniques for rapid inspection of large aircraft components, including both in-service and during the manufacturing process; and new NDE/I methods for quantitative characterization of materials and structures and verification of quality and integrity. The nature of the work requires occasional visits to Wright-Patterson Air Force Base to manage ongoing projects and facilitate close coordination between contractor personnel and AFRL/ML. Sources are sought that have the demonstrated in-house capability and experience to perform NDE/I research on aerospace materials. Respondents must demonstrate capability in managing large R&D evaluation contracts having extensive subcontracting. Respondents must demonstrate experience and knowledge of key NDE personnel, research, and supporting technologies. In addition, respondents must demonstrate the ability to bring a new technique or technology from the idea stage to a working prototype such that the prototype could be used at the depot or field level on a daily basis. Two or more 73-month contract awards are planned using Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts (sixty month ordering period, twelve months for completing delivery orders, and one month for generation and submittal of the final delivery order reports of delivery orders completed within the previous twelve months.) Each delivery order placed during the 60-month ordering period will be awarded as a separate and unique unit of work. This program will have a dollar-ceiling amount of $40.4M. This is an acquisition to replace R & D previously provided under contract F33615-97-D-5271 for similar work. This is not a request for proposal, but instead is a market research tool to determine the availability and adequacy of potential sources prior to issuing a Request For Proposal. The North American Industrial Classification System (NAICS) code 541710 applies. Firms responding to this announcement should indicate their business size, particularly if they are a small business, a socially and economically disadvantaged business, a woman-owned business, or minority institution. For this item, the general definition to be used to determine whether your firm is a small business is as follows: "a small business concern is independently owned and operated, is not dominant in the field of operation in which it is bidding on government contracts and with its affiliates, and the number of its employees does not exceed 500 persons." "Concern" means any business entity or organization for profit with a place of business in the United States, its possessions, Puerto Rico, or the trust territory of the Pacific Islands, including but not limited to an individual, partnership, corporation joint venture association or corporation. All firms responding to this announcement should provide a statement of capability and provide answers to the following questions: (1) Do you intend to submit a proposal in response to the upcoming NTIP II solicitation as a prime contractor? (2) How many people does your company employ? (3) What experience (types and duration) do your employees have that you consider to be relative to the upcoming NTIP II effort? (4) Will you need to hire additional personnel to perform this effort? If so, how many? (5) What experience do you have in organizing and managing Subcontract Agreements to the level of magnitude of this program? (6) Is your company's accounting system approved by the Defense Contract Audit Agency (DCAA) or the Defense Contract Management Agency (DCMA)? The RFP is anticipated to be posted on or about 01 December 2001 to the Wright Research Site Contract Homepage at http://www.wrs.afr.af.mil/contract/. In order for the Air Force to develop a source list, and to let your company know of any posted RFP revisions, interested firms are asked to send, in writing, their names, mailing and electronic mail addresses, telephone numbers, business size, and answers to the above questions to the Contract Negotiator, Sally Roliff, at the following address: DET 1 AFRL/PK, Research & Development (R & D) Contracting, ATTN: AFRL/MLKM, 2310 Eighth Street, Building 167, Wright Patterson Air Force Base, Ohio, 45433-7801, or the information can be sent by electronic mail (e-mail) to either of the following: Contract Negotiator, Sally Roliff, e-mail address sally.roliff@wpafb.af.mil or to Contracting Officer, Philip R. Nelson, e-mail address philip.nelson@wpafb.af.mil. All responsible sources may, in response to the posted RFP (anticipated to be posted on or about 01 Dec 2001), submit a proposal for consideration by the Air Force; however, the Air Force reserves the right to issue the future RFP as a small business set aside, given the results of this sources sought synopsis along with the program history. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from the potential offerors when an offeror prefers not to use established channels to communicate his concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to the use of the Ombudsman. The Ombudsman for this acquisition is Lt. Col. Lopez, DET 1 AFRL/PK, (937) 255-2358, e-mail address sam.lopez@wpafb.af.mil.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFMC/AFRLWRS/F33615-01-R-5216/listing.h tml)
- Record
- Loren Data Corp. 20010831/ASOL017.HTM (D-241 SN50W320)
| A - Research and Development Index
|
Issue Index |
Created on August 29, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|