|
COMMERCE BUSINESS DAILY ISSUE OF june 20,1995 PSA#1371R&D Contracting Division, Bldg 7, 2530 C St, WPAFB OH 45433-7607 A -- AGING REENTRY MATERIALS BASELINE STUDY POC Stanley Schulman,
Project Engineer, WL/MLBC, (513) 255-9064. Notice of Contract Action
for Aging Reentry Materials Baseline Study. The Wright Laboratory,
Materials Directorate, Nonmetallic Materials Division, is contemplating
the award of a 24-month program for the evaluation of the aging
properties and characteristics of reentry vehicle thermal protection
materials. Under this principally experimental effort, the contractor
shall evaluate government-furnished, adhesively bonded heatshield
frusta segments for any aging effects with emphasis on the degradative
effects of moisture absorption and extended residence on thermal and
mechanical properties. Experimental and analytical techniques shall be
applied to quantify aging and degradative effects in terms of: (a)
debonding, delamination, and related, including high resolution
non-destructive evaluation, and (b) changes in density, moisture
content, interlaminar shear strength, phenolic resin characteristics,
thermal conductivity and expansion, volatiles content, etc., including
moisture diffusivity and permeability measurements. Subject to
resources, an evaluation shall be made of aging effects on ablative
performance, insulative ability, and char quality for
government-furnished, pre-/post-test models and test data. As the
effort develops, timely meetings shall be held to bring together the
contractor, other DoD contractors, the Silo-Based ICBM SPO, and other
DoD agencies to review and critique the progress and direction of the
effort, including the rapid response transition of data to the SB ICBM
SPO to determine system implications. This program is estimated to be
2.3 manyears of effort over 24 months. Responses to this Sources
Sought Synposis must include a technical discussion of the topic and
must cite prior experience in the areas of (a) thermal protection
materials (TPM) for reentry vehicle systems, with emphasis on
tapewrapped carbon-phenolic (TWCP), (b) the physical and compositional
characteristics and properties of TWCP, including fabrication and
processing operations and variables, and (c) the characterization of
the ablation, thermal, and mechanical properties and characteristics of
TWCP, including any experience with temperature and humidity effects on
properties. Respondents must cite related qualified personnel and
facilities for aging reentry materials and property degradative effects
study. Organizational brochures and standard form letters are not
acceptable. This announcement is not a request for proposal and only
responses providing adequate information will be considered. In
connection with this proposed procurement, information is required as
to whether your firm is considered a small business. Firms responding
should indicate whether they are, or are not, a small business, a
socially and economically disadvantaged business, a woman owned
business, a historically black college or university, or minority
institution. For this item the general definition to be used to
determine whether your firm is small is as follows: ''A small business
concern is a concern that is independently owned and operated, is not
dominant in the field of operation in which it is bidding on
government contracts and with its affiliates, the number of employees
does not exceed 500 persons.'' SIC Code 8731 applies. ''Concern means
any business entity organization for profit with a place of business in
the United States, its possessions, Puerto Rico, or the Trust Territory
of the Pacific Islands, including but not limited to an individual,
partnership, corporation, joint venture, association or corporation.''
The Air Force reserves the right to consider a small business
set-aside based upon responses hereto. Small business respondents
should provide a statement of capabilities to assist the Air Force in
making a set-aside decision. Large businesses are only required to
submit a statement of interest to receive a copy of the Request for
Proposal (RFP). All respondents shall include in any request their
assigned Commercial and Government Entity Code. Respondents are further
requested to indicate their status as a
Foreign-owned/Foreign-controlled firm and any contemplated use of
foreign national employees on this effort. Responses should be sent to:
ATTN: Mike Grommon, WL/MLKN Bldg 7, 2530 C St, Wright-Patterson AFB OH
45433-7607. Non-technical assistance may be secured by calling the
above individual at 513-255-5051. An Ombudsman has been established for
this acquisition. The only purpose of the Ombudsman is to receive and
communicate serious concerns from potential offerors when an offeror
prefers not to use established channels to communicate his concern
during the proposal development phase of this acquisition. Potential
offerors should use established channels to request information, pose
questions, and voice concerns before resorting to use of the Ombudsman.
Potential offerors are invited to contact ASC's Ombudsman, ASC/CY, Col
Robert C. Helt, at 513-255-1427 with serious concerns only. Direct all
requests for solicitations and routine communication concerning this
acquisition to (contracting office point of contact with name, title,
address and phone). Closing date for submission of responses is thirty
(30) calendar days from the publication of this notice. Firms should
reference MLK-96-07 in their responses. RFP release for this program is
projected in February 1996. This program will not be republicized prior
to solicitation. See Numbered Note(s): 25. (0167) Loren Data Corp. http://www.ld.com (SYN# 0012 19950619\A-0012.SOL)
A - Research and Development Index Page
|
|