|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,1995 PSA#1327WL/AAKR, Bldg. 7 2530 C Street Wright-Patterson AFB, OH 45433-7607 A -- HIGH EFFICIENCY ACTIVE MATRIX LIQUID CRYSTAL DISPLAY PROGRAM SOL
PRDA 95-11-AAK DUE 060195 POC Betty L. Runion, Contract Negotiator,
513-255-6908. 17. A--INTRODUCTION: Wright Laboratory (WL/AAKR) is
interested in receiving proposals (technical and cost) on the research
effort described below. Proposals in response to this PRDA shall be
submitted by 01 June 95, 1500 hours Eastern Time, addressed to Wright
Laboratory, Directorate of R&D Contracting, WL/AAKR Building 7, 2530 C
Street, Area B, Attn: Ms Betty Runion, 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 received after the cutoff date and time specified herein shall
be treated in accordance with restrictions of FAR 52.215-10, a 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
permit subsequent submission of proposals dates. 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 the contracting point of contact cited above, telephone
(513)255-5311. B-REQUIREMENTS: (1) Technical Description: Active Matrix
Liquid Crystal Displays (AMLCD's) are the cockpit display of choice for
future aircraft as well as for upgrades of existing aircraft. The AMLCD
technology provides significant advantages over the CRT technology in
the areas of sunlight readability, reliability, weight, and depth.
However, improvements in AMLCD efficiency are required in order to
achieve significant power reductions in comparison to CRT's. Efficiency
improvements will help increase reliability of the display and help
reduce or eliminate cooling requirements. The purpose of this effort is
to develop the technology necessary to increase the efficiency of
active matrix liquid crystal displays (AMLCDs) used in cockpits and
other high ambient applications. The AMLCD luminance requirement for
such applications is a minimum of 200fL (with a goal of 350fL) and
dimmability down to 0.01fL. The effects of the proposed system on
viewing angle, uniformity, and color coordinates of the display shall
be considered. The specifications related to these parameters can be
found in WL-TR-93-1177, draft standard for color AMLCD's in United
States Military Aircraft, can be obtained from the technical point of
contact cited below. Reliability and maintainability as well as
manufacturing costs of the proposed approach shall be considered. (2)
Deliverable Items: The following deliverable data items shall be
proposed: (a) R&D Status Report, DI-A-3002A/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-3024A/T, as required, (f) Informal Technical Information
Contractor's Billing Voucher, DI-S-30593/T, monthly, and (g) Scientific
and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible Final).
(h) Prototype demonstration of proposed system (3) Security
Requirements: Not applicable 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: 1995 Sep-Nov. (3) Government Estimate: The
government funding profile is estimated to be as follows: FY95-$1K,
FY96-$499K, FY97-$500K, FY98-$500K. The government funding profile is
an estimate only and is not a promise for funding as all funding is
subject to change due to Government discretion and availability. (4)
Type of Contract: Cost Plus Fixed Fee Completion or Cost (no fee). (5)
Government Furnished Property: None contemplated. (6) Size Status: For
the purpose of this acquisition, the small business size status is 500
employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Such firms
are asked to immediately notify the Air Force 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 of 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 elsewhere herein. 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 four copies. 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 the discussion of the nature and scope of the
research and the technical approach. Responders must provide new or
unique concepts, ideas, or approaches in order to qualify for
evaluation and consideration for award. 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. PL 98-94 applies.
Offerors must submit approved DD Form 2345, export-Controlled DOD
Technical Data Agreement with their proposal. 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, i.e. indexes,
photographs, foldouts, appendices, attachments, 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 of equal importance: (a) new and creative solutions,
(b) the offeror's understanding of the scope of the technical effort,
(c) soundness of the offeror's technical approach, (d) the availability
of qualified technical personnel and their experience with applicable
technologies, (e) the offeror's past experience with active matrix
liquid crystal display technology as well as its application to and
compatibility with avionics systems, (f) anticipated cost of proposed
system including costs related to manufacturing issues, and (g)
organization, clarity, and thoroughness of the proposed SOW. Cost,
which includes consideration of proposed budgets and funding profiles,
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 any, all, part, or none of the proposals
received. 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 to universities of nonprofit will
be considered, and will be subject to the mutal agreement of the
parties. F--POINTS OF CONTACT: (1) Technical Contact Point: Engineer,
Lt Gretchen Espo, Wright Patterson AFB, OH, (513)255-6895. (2)
Contracting/Cost Point of Contact: Questions related to the
contract/cost issues should be directed to Contract Negotiator
identifed in Part A. (0104) Loren Data Corp. http://www.ld.com (SYN# 0001 19950417\A-0001.SOL)
A - Research and Development Index Page
|
|