Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1996 PSA#1537

Phillips Laboratory/PKLA; Directorate of Contracting: Laser and Imaging Contracting Division; 2251 Maxwell Ave SE Kirtland AFB NM

A -- SEMICONDUCTOR LASER CONCEPT DEVELOPMENT SOL BAA NO. 96-02 POC Linda L. DeHainaut, Project Officer 505/846-8992; Barbara M. Steinbock, Contracting Officer 505/846-2246. SEMICONDUCTOR LASER CONCEPT DEVELOPMENT. Contractual POC: Barbara Steinbock, Contracting Officer (505)846-2246, PL/PKLA, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773. Technical POC: Linda L. DeHainaut, (505)846- 8992, PL/LIDA, 3550 Aberdeen Avenue SE, Kirtland AFB, NM 87117-5776. The USAF Phillips Laboratory is seeking proposals for the investigation of advanced concepts for improving semiconductor diode laser coherent output power and beam quality. Broad-area semiconductor laser devices tend to be spatially incoherent, subject to filamentation and thermal failure. Currently, high powers are achieved within limited wavelength bands. The High Power Semiconductor Laser Technology (HPSLT) program is directed toward improving the state of the art in semiconductor lasers by demonstrating higher-power individual lasers, improved laser arrays, extended wavelength coverage at high power, and improved stability and reliability for both steady-state and modulated operation. The long-term goal is a technology base for spatially and temporally coherent semiconductor laser and semiconductor laser array sources for Air Force applications. B -- REQUIREMENTS: Topics of interest to the HPSLT program are: the investigation of phenomena limiting semiconductor diode laser beam quality and output power, new and novel semiconductor diode laser materials, semiconductor laser and laser array structures and designs, and semiconductor laser peripheral technologies which impact laser system operation. Deliverables from the proposed technology development are desirable for test and evaluation at Phillips Laboratory. C -- BASIS FOR AWARD: The anticipated funding level for this effort is $150,000 per year per award. Each contract award shall be 24 months in duration, consisting of a 12 month Phase I and optional 12 month Phase II. We anticipate multiple awards, subject to availability of funds. The offerors proposal should include a full discussion of the proposed technical approach and expected results as well as a suggested Statement of Work (SOW) covering all tasks. The Air Force reserves the right to select any, all, or none of the proposals received in response to this announcement. The selection of sources for contract award shall be based on a scientific and engineering evaluation of the responses. The offerors proposals will be evaluated in accordance with the following criteria in order of priority: 1. The overall scientific and/or technical merits of the proposal. 2. The potential contributions of the effort to the HPSLT program mission and the extent to which the research effort will contribute to balancing the overall mission program. The proposal should be directed toward advancing the state of the art and scientific knowledge of high-power, coherent semiconductor laser technology. 3. The offerors capabilities, related experience, facilities, techniques, and unique combinations of these which are integral factors for achieving the proposal objectives. 4. The qualifications, capabilities, and experiences of the proposed principal investigator, team leader, and other key personnel who are critical to achievement of the proposal objectives. 5. The offeror's record of past and present performance on development efforts of similar nature. 6. The inclusion of preliminary experimental and theoretical results which support the offeror's approach. 7. The reasonableness and realism of proposed costs and fee, if any, and the availability of funds. No other evaluation criteria will be used by the Government in the evaluation of submitted proposals. The selection for contract award will be based upon simultaneous evaluation of the technical, management and cost responses to this announcement. Individuals from the following non-Government organizations will be involved as advisors in the evaluation of proposals received: R & D Associates, GCD Associates and The Aerospace Corporation. These individuals will sign a Nondisclosure Statement and Statement of Financial Interest. Responses shall reference the above announcement, include a unique identification number in their proposal, and shall be unclassified. Proposals shall be separated into two volumes consisting of 1) a management/technical proposal and 2) a cost proposal. An original and five copies of your proposal are required. In addition, the offeror shall submit one copy of the technical and cost proposals to the cognizant DCAA office. Initial proposals are due 45 calendar days after the publication of this announcement. Proposals received after the specified date will be evaluated, depending upon the availability of funds. This announcement is open and effective until rescinded by a revised announcement. The offerors management/technical proposal shall not exceed 15 pages, shall include a one page summary of the schedule and milestones for the proposed development under each option, and a Statement of Work (SOW) for each option. The SOW shall contain 1) a detailed description of the efforts technical scope, 2) a summary of deliverables associated with the proposed research, 3) technical arguments which substantiate the technical approach, 4) a discussion of the unique aspects of the technical approach, 5) a comparison with other approaches, 6) risks and technical uncertainties, and 7) the overall approach to the management of the effort including brief discussions of total organization, teaming with other contractors, subcontractor relationships, planning, scheduling and management control practices, technology transitions plans, if applicable, and qualifications and commitment time to the project by each key person. The cost proposal shall include a one-page summary with the Basic Phase I and Optional Phase II priced separately and a SF 1411 for the effort (options included). Supporting pages shall provide detailed breakdowns of labor hours by labor category and task/subtasks, including estimates of cost in each year by task, materials, travel, computer and other direct costs and indirect costs. Details of any proposed cost sharing should be included in the cost proposal. The offeror shall justify the realism of the proposed costs. Offerors are required to furnish the procedures and rational used in compiling proposed costs. An offeror's proposal is presumed to represent the best efforts to respond to the solicitation. Any inconsistency, whether real or apparent, between promised performance and cost shall be explained in the proposal. The burden of proof as to cost credibility rests with the offeror and shall be included in the proposal. The final technical report will provide a detailed technical description of the work performed under the contract, including all accomplishments, conclusions, and ideas for possible technology improvements in a subsequent efforts. Upon receipt of a proposal, the AF will perform an initial review of the proposals scientific merit and potential contribution to the project mission and determine if funds are expected to be available for the effort. Proposals not considered to have sufficient scientific merit or relevance to AF needs, or those for which funds are not expected to be available, may be declined without further review. Each proposal will be evaluated based on the merit and relevance of the specific research proposed as it relates to the overall project, rather than against other proposals. Replies to this synopsis must reference BAA No. 96.02. Responses by telegram or responses combining more than one synopsis reference number will not be honored. Foreign firms are advised they will not be allowed to participate as the prime contractor. Firms responding should indicate whether or not they are small business, small disadvantaged business or 8(A) firm, and whether or not they are woman-owned. SIC Code 8731 with a standard size of 1000 people. This notice constitutes the actual solicitation for this requirement. Responders shall consider instructions contained in the ''Proprietary Information'' and ''When and How to Submit'' sections of the AFSC Unsolicited Proposal Guide, AFSC(AFMC) Pamphlet 64-101, dated 18 February 1994. POC: PL/XPI, 3550 Aberdeen Avenue, SE, Kirtland AFB, NM 87117-5776, (505)846-6952. The cost of preparing your proposal is not an allowable direct charge to any resultant contract or any other Government contract, but it is an allowable expense to the normal bid and proposal indirect cost as provided in FAR 31.205-18. The AF shall send notices of nonselection to offerors whose proposals are not being considered for funding. Offerors are cautioned, only the Contracting Officer may commit the Government to an award. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to request concerns during the proposal development phase of the acquisition. Potential offerors should use established channels to request information, pose questions and voice concerns before contacting the Ombudsman. For serious concerns only, potential offerors are invited to contact the PL Ombudsman, Colonel James D. Ledbetter, Phillips Laboratory, (505)846-4964, 3550 Aberdeen Avenue SE, Kirtland AFB, NM 87117-5776. Questions of a technical nature must be addressed in writing to Linda L. DeHainaut, PL/LIDA, 3550 Aberdeen Avenue SE, Kirtland AFB, NM 87117-5776. Questions of a contractual/cost nature should be addressed to PL/PKLA, Attn: Barbara Steinbock, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773. (0052)

Loren Data Corp. http://www.ld.com (SYN# 0001 19960222\A-0001.SOL)


A - Research and Development Index Page