Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF june 20,1995 PSA#1371

R&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