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