|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,1995 PSA#1270Directorate of R&D Contracting, WL/AAKE, Bldg 7, 2530 C St, Wright-
Patterson AFB OH 45433-7607 A -- E-O POLYMER OPTICAL TEST POINTS SOL PRDA #95-03-AAKE DUE 030695
POC Stephanie Shelley, Contract Negotiator, (513) 255-3379 or Michele
L. Dickman, Contracting Officer, (513) 255-2976. A--INTRODUCTION:
Wright Laboratory (WL/AAKE) is interested in receiving proposals
(technical and cost) on the research effort described below. Proposals
in response to this PRDA shall be submitted by 06 MAR 95, 1500 hours
Eastern Time, addressed to Wright Laboratory, Directorate of R&D
Contracting, WL/AAKE (Attn: Stephanie Shelley), Building 7, 2530 C
Street, Wright-Patterson AFB OH 45433-7607. This is an unrestricted
solicitation. Small businesses are encouraged to propose on all or any
part of this solicitation. Proposals submitted shall be in accordance
with this announcement. Proposal submission after the cutoff date
specified herein shall be treated in accordance with restrictions of
FAR 52.215-10, copy of this provision may be obtained from the
contracting point of contact. There will be no other solicitation
issued in regard to this requirement. Offerors should be alert for any
PRDA amendments that may be published. Offerors should request a copy
of the WL Guide entitled, ''PRDA and BAA Guide for Industry''. This
guide was specifically designed to assist offerors in understanding the
PRDA/BAA proposal process. Copies may be requested from WL/AAKE,
Wright-Patterson AFB, OH 45433-7607, telephone (513) 255-3379.
B--REQUIREMENTS, (1) Technical Description: The program is entitled
''E-O Polymer Optical Test Points.'' The effort will develop the
technology for photo-optic on chip, multi-chip module, and board test
points. The optical test points are not to interfere with the operation
of the electronic circuits interrogated. Optical probing becomes
essential as signal speeds increase and electronic probing results in
circuit interference. Accurate, cost effective, rapid multi-pin
addressing techniques are fundamental to the success of this program.
The primary circuit type to be addressed is digital rather than analog.
At a minimum, the tasks to be performed are: (1) feasibility of a
multi-pin 0.1 to 100 GHz transducer system, (2) design, fabrication,
and evaluation of the transducer system, (3) integration and packaging
of the transducer system, (4) testing of the transducer system, (5)
testing of the transducer system on a multi-chip module, and (6)
determination of the scaling potential of the transducer system to
greater than 1000 pins for peripheral as well as via-hole based
connectors. (2) Deliverable Items: The following deliverable data items
shall be proposed: (a) Status Report, DI-MGMT-80368/T, monthly, (b)
Funds and Manhour Expenditure Report, DI-FNCL-80331/T, monthly, (c)
Project Planning Chart, DI-MGMT-80507A/T, monthly, (d) Contract Funds
Status Report (CFSR), DI-F-6004B/T, quarterly, (e) Presentation
Material, DI-ADMN-81373/T, as required, (f) Scientific and Technical
Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly, and
(g) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and
Reproducible Final). (3) Security Requirements: None. (4) Other Special
Requirements: International Trade in Arms Restrictions apply.
C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The
total length of the technical effort is estimated to be 36 months. The
contractor shall also provide for an additional 4 months for
processing/completion of the final report. (2) Expected Award Date:
Sept. 1995. (3) Government Estimate: The government anticipates
approximately $650,000 per contract award. (4) Type of contract: Cost
Plus Fixed Fee (CPFF) or Cost (no fee). Any grants awarded will be cost
(no fee). (5) Government Furnished Property: None contemplated. (6)
Size Status: For the purpose of this acquisition, the size standard is
500 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Such
firms are asked to immediately notify the Air Force contracting point
of contact cited below upon deciding to respond to this announcement.
Foreign contractors should be aware that restrictions may apply which
could preclude their participation in this acquisition. D--PROPOSAL
PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should
apply the restrictive notice prescribed in the provision at FAR
52.215-12, Restriction on Disclosure and Use of Data, to trade secrets
or privileged commercial and financial information contained in their
proposals. Proposal questions should be directed to one of the points
of contact listed below. Offerors should consider instructions
contained in the WL PRDA and BAA Guide for Industry referenced in
Section A of this announcement. Technical and cost proposals, submitted
in separate volumes, are required and must be valid for 180 days.
Proposals must reference the above PRDA number. Proposals shall be
submitted in an original and five copies. Proposals shall not be
submitted via facsimile. All responsible sources may submit a proposal
which shall be considered against the criteria set forth herein.
Offerors are advised that only contracting officers are legally
authorized to contractually bind or otherwise commit the government.
(2) Cost Proposal: The accompanying cost proposal/price breakdown shall
be supplied on an SF 1411, together with supporting schedules, and
shall contain a person-hour breakdown per task. Copies of the
above-referenced forms may be obtained from the contracting office
cited. (3) Technical Proposal: The technical proposal shall include a
discussion of the nature and scope of the research and the technical
approach. Additional information on prior work in this area,
descriptions of available equipment, data and facilities, and resumes
of personnel who will be participating in this effort should also be
included as attachments to the technical proposal and are not included
in the page limit. The technical proposal shall include a Statement of
Work (SOW) detailing the technical tasks proposed to be accomplished
under the proposed effort and suitable for contract incorporation.
Offerors should refer to the WL Guide referenced in Section A to assist
in SOW preparation. Any questions concerning the technical proposal or
SOW preparation shall be referred to the Technical Point of Contact
cited in this announcement. (4) Page Limitations: The technical
proposal shall be limited to 100 pages (12 pitch or larger type),
double-spaced, single-sided, 8.5 by 11 inches. The page limitation
includes all information, except attachments as described above, i.e.
indexes, photographs, foldouts, appendices, etc. Pages in excess of
this limitation will not be considered by the government. Cost
proposals have no limitations, however, offerors are requested to keep
cost proposals to 75 pages as a goal. (5) Preparation Cost: This
announcement does not commit the Government to pay for any response
preparation cost. The cost of preparing proposals in response to this
PRDA is not considered an allowable direct charge to any resulting or
any other contract. However, it may be an allowable expense to the
normal bid and proposal indirect cost as specified in FAR 31.205-18.
E--BASIS FOR AWARD: The selection of one or more sources for award will
be based on an evaluation of an offeror's response (both technical and
cost aspects) to determine the overall merit of the proposal in
response to the announcement. The technical aspect, which is ranked as
the first order of priority, shall be evaluated based on the following
criteria which are listed in descending order: (a) the offeror's
understanding of the scope of the proposed technical effort, (b)
soundness of the offeror's technical approach, (c) unique, new, and
creative solutions to the program's objectives, (d) the availability of
qualified technical personnel and their experience with applicable
technologies, (e) the offeror's past experience with applicable probe
testing techniques, high frequency testing, and multi-chip module
testing, (f) organization, clarity, and thoroughness of the proposed
Statement Of Work. Cost is ranked as the second order of priority. No
other evaluation criteria will be used. The technical and cost
information will be evaluated at the same time. The Air Force reserves
the right to select for award of a contract, grant, or cooperative
agreement any, all, part, or none of the proposals received. Award of
a grant or cooperative agreement, in lieu of a contract, will be
considered and will be subject to the mutual agreement of the parties.
F--POINTS OF CONTACT: (1) Technical Contact Point: Engineer, Gary A.
Smith, WL/ELOD, 2241 Avionic Circle, Ste 29, Wright-Patterson Air Force
Base OH 45433-7331, (513) 476-4160. (2) Contracting/Cost Point of
Contact: Contract negotiator, Stephanie Shelley, WL/AAKE, Bldg 7, 2530
C Street, Wright-Patterson Air Force Base, OH 45433-7607, (513)
255-3379. (0024) Loren Data Corp. http://www.ld.com (SYN# 0001 19950125\A-0001.SOL)
A - Research and Development Index Page
|
|