Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,1995 PSA#1327

WL/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