Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2015 FBO #4824
SOURCES SOUGHT

66 -- Free-Space Measurement Platform

Notice Date
2/6/2015
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-15-T-0111-SS
 
Archive Date
3/7/2015
 
Point of Contact
Robin A. smith, Phone: 9375222277
 
E-Mail Address
Robin.Smith.4@us.af.mil
(Robin.Smith.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements of the contract for a free-space measurement platform to be used at the Air Force Research Laboratory (AFRL) at Wright-Patterson AFB, OH. CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet the AFRL requirements. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Further, AFLCMC is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this Sources Sought does not preclude participation in any future RFP, if issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this sources sought notice. INSTRUCTIONS 1. The information below provides a Program Description and a Contractor Capability Survey, which allows you to provide your company's capabilities. 2. If, after reviewing these documents, you desire to participate in the market research, please respond to the Contractor Capability Survey beginning on page 3 to document your company's capabilities in meeting these requirements. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/ capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed via email to Robin Smith (AFLCMC/PZIOA), robin.smith.4@us.af.mil. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION This requirement is for a free-space measurement platform to conduct in-house research at the Air Force Research Laboratory (AFRL) at Wright-Patterson AFB, Ohio. This system must be capable of integration with an existing microwave/millimeter (mm) wave VNA system to be used for permeability, permittivity, and linearly polarized S-parameter measurements in the micro- and mm-wave regimes. A failure to meet any of the requirements described in this sources sought synopsis will be considered a critical failure of the item. System Specifications: - Must consist of a compatible upgrade and extension of capabilities to operate in parallel with an existing TK Instruments Quasi-Optical bench. - Needs to fit within available space constraints. (Must be less than 2000 mm x 1500 mm x 500 mm, L x W x H) - Corrugated horn antennas, producing a super or ultra-Gaussian wave and with anti-cocking flanges made to custom specifications. - Dielectric-free beam path - Allow for highly precise and repeatable polarization measurements. - Precision machined mountings for positioning of elements enabling use at frequencies of 18 GHz and higher. - Completed setup must have corrugated horn antennas which operate in the K-band and Ka-band, and must be compatible with our existing U-band, V-band, and W-band corrugated horns or provide horns that function in those frequency bands. - Must include coaxial to waveguide adapters to couple to all horns, or must connect directly to 2.92 mm female, 2.4 mm female, 1.85 mm female, 1.00 mm female, and 1.00 mm female connectors for horns operating in the K, Ka, U, V, and W bands, respectively. - Must be capable of linear and cross polarization measurements in both transmission and reflection modes in at least the K and Ka-bands. - Free-space measurement capable. - Rotatable sample holder with adjustable thickness enabling measurements of samples of various thicknesses. - Compatible with Agilent's mm-wave VNA system, model number N5251A and associated materials measurement software to provide scattering matrix (S11, S22, S21, S12), permeability, and permittivity measurements. - Cross polar loss of better than 24.25 dB - Higher Order Loss of Better than 27 dB - Required sample size of at most 11-15/16" x 11-15/16" - Must be mountable to an optics table with M6 holes on a 25 mm x 25 mm grid. - Must be constructed from non-magnetic materials (e.g., Aluminum, Copper, 316 Stainless Steel) Configuration Options and Capabilities Needed: - The required integration must enable a stable measurement at frequencies between 18 GHz and 110 GHz. - The platform must fit within space constraints of 1500 mm x 2000 mm x 500 mm. - The antenna horns should be corrugated and they should produce a super- or ultra-Gaussian mm-wave, and combined with the associated sample holder, should allow for repeatable polarization measurements. When combined with the Agilent Model N5251A and associated materials measurement software, it should enable the measurement of the scattering matrix of a material (S11, S22, S21 and S12) as well as its permeability and permittivity. CONTRACTOR CAPABILITY SURVEY Part I. Business Information: Please provide the following business information for your company/institution and for any teaming or joint venture partners:  Company/Institute Name:  Address:  Point of Contact:  CAGE Code:  Phone Number:  Email Address:  Web Page URL:  Size of business pursuant to North American Industry Classification System (NAICS) code: 333314, 500 employees. Based on the above NAICS Code, please state whether your company is:  Small Business (Yes / No)  Small Disadvantaged Business (Yes / No)  8(a) Certified (Yes / No)  HUBZone Certified (Yes / No)  Veteran-Owned Small Business (Yes / No)  Service-Disabled Veteran-Owned Small Business (Yes / No)  Women-Owned (WO) (Yes / No)  Economically Disadvantaged Women-Owned Small Business (Yes / No) *All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.  A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).  Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data.  Please provide information about the firm's standard warranty.  Please provide recent sales history to commercial companies in order to determine commerciality.  Please provide a statement to acceptability of the following proposed provisions and clauses, as they are determined to be consistent with customary commercial practice. DFARS 252.211-7003, Item Identification and Valuation (Jun 2011) - Use of this clause is prescribed in DFARS 211.274-6(a). NOTE: This clause is consistent with commercial practice for tracking items in shipment, managing inventories and tracking costs through such methods as Radio-Frequency Identification, Data Matrix, etc. AFFARS 5352.201-9101, Ombudsman (Apr 2010) - As prescribed in AFFARS 5301.9103, insert the clause in all solicitations (including draft solicitations) and contracts. NOTE: This clause is consistent with customary commercial practice in that it provides a point of contact to foster communication between buyers and sellers. The primary function of the ombudsman is to hear concerns about specific issues in acquisitions, to communicate these concerns to senior management personnel responsible for oversight and to assist in the resolution of the concerns. Similar functions are performed by a commercial entity's customer service representative(s) or activity. Inclusion of this clause provides a benefit to commercial entities and does not levy upon them any requirement that is inconsistent with commercial practice. FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government (Sep 2006) - Alternate I - As prescribed in FAR 3.503-2 insert the cause with its alternate I for the acquisition of commercial items. {10 U.S.C. 2402 and 41 U.S.C. 253} FAR 52.209-7, Information Regarding Responsibility Matters (Jan 2011) - As prescribed in FAR 9.104-7(b), insert the clause in solicitations where the contract value is expected to exceed $500,000. {31 U.S.C. 6101} FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) - As prescribed in FAR 52.107(a), this provision is incorporated into the solicitation as required to incorporate provisions by reference that are authorized to be incorporated by reference and that are required to implement provisions of law or executive orders applicable to acquisition of commercial items. FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) - As prescribed in FAR 52.107(b), this clause is included in the solicitation and resulting contract as required to incorporate clauses by reference that are authorized to be incorporated by reference and that are required to implement provisions of law or executive orders applicable to acquisition of commercial items. DFARS 252.209-7993-Class Deviation-Prohibition Against Contracting With Corporations That Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law- In accordance with DoD Class Deviation 2012-O0009 insert the provision in all solicitations that will result in a contract action that will use funds made available by Division A of the Consolidated Appropriations Act, 2012 (Pub. L. 112-74) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003) - As prescribed in DFARS 225.1101(3), this clause is used when the clause at DFARS 225.7001 is included. DFARS 225.7001 is included to implement 41 U.S.C. 10a - 10d, EO 10582, as checked in the clause at DFARS 252.212-7001. DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) - As prescribed in DFARS 232.7102, use in all solicitations and contracts other than those for micro purchases. {26 USC 6331(h)} DFARS 252.232-7006 - This clause is included to facilitate compliance with DFARS 252.232-7003, Electronic Submission of Payment Requests {10 U.S.C. 2227} Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of the multifunctional waveform generators, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Dec 1996)... (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Attention: All potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting. Part II. Capabilities Survey Questions: 1. Name of Country where the item is manufactured. 2. Describe briefly the capabilities of your facility and the nature of the services you provide. Include a description of your staff composition and management structure. 3. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 4. Describe your company's capabilities for generating, handling, processing and storing classified material and data. 5. Describe your company's capabilities for generating, handling, processing and storing technical reports. 6. Describe your company's capabilities and experience in providing statistical, technical test & evaluation support to identified acquisition programs. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 7. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 8. Describe your capabilities and experience in managing website content projects and development of tracking databases, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management. 9. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 10. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. If your company is interested, e-mail your responses to: robin.smith.4@us.af.mil. E-mail responses should be received no later than 10:00 a.m. EST on February 20th, 2015. Direct and succinct responses are preferred. Marketing materials are considered an insufficient response. All responses must be UNCLASSIFIED; no classified material will be accepted or considered with this Sources Sought Synopsis. The response to Part I, "Business Information", should be single spaced, 12pt font. The response to Part II, "Capabilities", should be limited to no more than 20 pages (8.5x11 inches), single spaced, 12pt font. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104. Responses to questions from interested parties will be promptly answered and posted on this FedBizOpps website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a company or that company's response. Information feedback sessions may be offered to respondents after the sources sought assessments are complete. An Industry Day (date to be determined) with one-on-one information sessions with respondents may be offered to clarify the Government's understanding of their submittal, capability ramifications, or to discuss their business approach.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-T-0111-SS/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03635547-W 20150208/150206234610-04e38865c7b2fb5cf18b587ac2b87545 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.