SOURCES SOUGHT
A -- Advanced,dynamic,singlet oxygen generator
- Notice Date
- 2/20/2009
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, New Mexico, 87117
- ZIP Code
- 87117
- Solicitation Number
- FA9451-09-C-0350
- Archive Date
- 3/25/2009
- Point of Contact
- Barbara Steinbock,, Phone: (505)846-2246
- E-Mail Address
-
barbara.steinbock@kirtland.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Department of the Air Force, Air Force Materiel Command, Air Force Research Laboratory (AFRL) Directed Energy Contracting Directorate (RDKB), 2251 Maxwell Ave, Kirtland AFB, NM 87117-5773 DESC: Contracting Point of Contact: Barbara Steinbock, Contracting Officer, (505) 846-2246, Technical Point of Contact: John McCord, AFRL/RDLC, (505) 846-4106. The Air Force Research Laboratory (AFRL), Phillips Research Site (PRS), Directed Energy Directorate (RD), Kirtland AFB, NM intends to award a sole source contract in accordance with FAR subpart 6.302-1 (a)(2)(iii) to STI Optronics, Inc., Bellevue, WA to temporarily provide an advanced, dynamic, singlet oxygen generator (SOG) that can provide a primary reactive zone in the SOG using aqueous mixed-base hydrogen peroxide (MHP) jets and a secondary reactive zone in the SOG using colder aqueous basic hydrogen peroxide (BHP) jets. The SOG should have a catch tank that can maintain separate degassing zones for each of the flow zones described with minimal cross-contamination between the two flow zones. The SOG must have injector orifice plates traceable to the current ABL SOG design and be capable of incorporating inlet reactive gas cross flows on the order of 3 - 5 moles/second. The SOG should also be completely dynamic in terms of being able to change the injection angles of the MHP and BHP flows, the location of the liquid layer at the bottom of the SOG, the location of the exit gas flow from the SOG, placement of gas/liquid separator vanes at the exit of the SOG, and the placement of internal SOG plates that will minimize pooling of MHP/BHP internally in the SOG and minimize any liquid streaming out of the SOG exit during the application of gas cross flow through the SOG. The SOG must also be able to incorporate enhanced orifice injector plate designs into the aqueous inlet regions of the SOG. In addition, there must be existing data from the dynamic SOG described above that indicates that it has stable jet operation in the two flow zones (primary and secondary) when operating at SOG pressures greater than 120 Torr and with gas cross flow velocities greater than 25 meters/second. Also, the SOG must be capable of using high mass flux cross flows that use chlorine gas. The SOG must be transportable, and be able to easily integrate into the Air Force Research Lab's Advanced COIL Test Stand (ACTS), located at Kirtland, AFB, New Mexico. The contractor should also be available to support integration of the SOG into the ACTS and be able to support laser tests using this advanced SOG as needed. A contract will be issued to STI Optronics provided other sources cannot provide the services at more favorable terms. Reference Solicitation No. FA9451-09-C-0350. Respondents are required to provide a statement of capability containing pertinent and specific information addressing the following areas: 1. Experience: An outline of projects previously performed relevant to the subject areas. 2. Personnel: Name, professional qualifications and specific experience of scientific, engineering and program management personnel who might be assigned to work in the areas of the subject effort. 3. Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. Responses are limited to 10 pages including program plan, resumes, attachments, diagrams, etc. Any responses not addressing all requirements will be rejected. Submit responses to Barbara Steinbock, AFRL/RDKB, 2251 Maxwell Ave. SE, Kirtland AFB NM 87117-5773 no later than fifteen (15) calendar days after the date of this announcement by 3:00pm, local New Mexico time. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiated with only one source under authority of FAR 6.302-1(a)(2)(iii). This notice of intent is not a request for competitive proposals. However, all proposals received within thirty (30) calendar days after the publication date of this announcement will be considered by the Government. The determination of the Government not to compete this proposed contract action based upon the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement under NAICS code 541712 is for small-business only. However, firms should indicate whether they are woman-owned, qualifying 8(a) businesses, certified HubZone small businesses, or historically black colleges, universities, and minority institutions (HBCU/MI). In order to receive a DoD contract, offerors must be registered in the DoD Central Contractor Registration (CCR) system. For more information and on-line registration with CCR, see http://www.ccr.dlis.dla.mil. An Ombudsman has been appointed to mediate concerns from offerors or potential offerors. Ms. Sue Hunter, AFRL/PK, 1864 4th Street, Ste 1, Wright-Patterson AFB, OH, 45433-7171, Phone 937.255.0432, Facsimile 937.255.5036, Email sue.hunter@wpafb.af.mil or alternate Ms. Amy Smith, AFRL/PK, 1864 4th Street, Ste 1, Wright-Patterson AFB, OH, 45433-7171, Phone 937.255.0432, Facsimile 937.255.5036, Email amy.smith@wpafb.af.mil Potential offerors should first refer contracting concerns to the Contracting Officer, Barbara Steinbock at 505-846-2246 or Email barbara.steinbock@kirtland.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ce018e958b00af9aa6dd9f452b9ffe65&tab=core&_cview=1)
- Place of Performance
- Address: Kirtland AFB NM, Kirtland AFB, New Mexico, 87117-5776, United States
- Zip Code: 87117-5776
- Zip Code: 87117-5776
- Record
- SN01754072-W 20090222/090220214925-ce018e958b00af9aa6dd9f452b9ffe65 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |