Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 29,1996 PSA#1541

WL/AAKE, Bldg. 7 2530 C Street

A -- S-BAND POWER TRANSISTOR SOL BAA 96-03-AAKE DUE 022796 POC Don Robinson, Contract Negotiator, 513-255-3379. 17. INTRODUCTION: Wright Laboratory (WL/AAKE) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this BAA shall be submitted by 12 Apr 96, 1500 hours Eastern Time, addressed to Wright Laboratory, Directorate of R&D Contracting, Building 7, Area B, Attn: Donald Robinson, WL/AAKE), 2530 C Street, 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 submission after the cutoff date 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. This BAA may be amended to allow subsequent submission of proposal dates. Offerors should be alert for any BAA amendments that may be published. 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 WL/AAKE, Wright-Patterson AFB, OH 45433-7607, telephone (513) 255-3379 or obtained via the world wide web site: www.wl.wpafb.af.mil/contract. B--REQUIREMENTS, (1) Technical Description: The Air Force is interested in procuring a program to develop an S-band power transistor which would enable the production of solid state transmitters to replace microwave tubes in radar systems. The minimum demonstration goal for this program is a 150 W, 45% efficient transistor. This packaged, replacement-type transistor must demonstrate a flat 250 microsecond pulse at 10% duty factor and operate at 3 GHz with a 10% bandwidth, but the more power and higher power added efficiency per device, the better. Also, a development approach applicable to L-band and UHF and extendible to wide-band operation is desirable. Extensive work has been done in developing and optimizing silicon bipolar junction transistors (BJT) at S-band and lower frequencies. In conventional designs and packages a BJT provides about 100 watts at 3 GHz over this pules width. Solid state transmitters combine transistors in series arranged gain stages with the final stage combining many devices, or amplifier modules, in parallel to maximize the output power. Transmitter and amplifier module efficiency is largely determined by the quality of the individual transistors and the minimization of lossy circuit combining technology. Power transmitters also benefit greatly in size, efficiency, and cost from using the lowest number of high quality components. For this program, transistor designs and development approaches shall utilize as much as possible semiconductor materials and device expertise presently existing within the bidder's organization or with subcontractors. This expertise shall be focused on demonstrating significantly improved device power and efficiency. Semiconductor material growth and transistor cell design and processing for optimized performance is required. Materials subcontracting or obtaining specialized technologies (e.g. packaging) from outside, as opposed to restricting material selection and technology to internal corporate capabilities, is permitted. This program involves the selection of (a) a candidate semiconductor material (e.g. Si, SiGe, GaAs, InP, SiC, etc.) and device type (e.g. MESFET, MOSFET, BJT, HBT, HEMT, SIT, etc.), (b) a transistor cell and cell combining design to achieve transistor RF performance requirements, and (c) assembly and packaging technology to assure electrical and thermal conditions conducive to reliable operation at RF specifications. Transistor designs shall be performed to the extent possible using CAD modules and device simulation and design software. The general technical development approach selected should be applicable to L-band frequencies and to wide-band (i.e., octave) operation. A minimum of three design, fabrication, and evaluation cycles shall be performed on the selected transistor type. Twenty-five S-band transistors of the final design shall be delivered. Yield and cost projections for the fabrication of devices in large quantities shall be performed. (2) Deliverable Items: The following deliverable data items shall be proposed: (a) Status Report, DI-MGMT-80368A/T, monthly, (b) Funds and Man-hour Expenditure Report DI-FNCl-80331/T (c) Project Planning Chart, DI-MGMT-80507A/T, monthly, (d) Contract Funds Status Report (CFSR), DI-FNCL-81468/T, quarterly, (e) Presentation Material DI-ADMN-81373/T, as required, (f) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly, and (g) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible Final). At the conclusion of the program twenty five (25) packaged power transistors shall be delivered to the Air Force. (3) Security Requirements: None. (4) Other Special Requirements: International Trade in Arms Restrictions apply. 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: August 1996. (3) Government Estimate: The government anticipates total program funding of $1,000,000. (4) Type of Contract: Cost Plus Fixed Fee (CPFF) or Cost (no fee). Any grants or cooperative agreements awarded will be cost (no fee) or cost sharing and will be subject to the mutual agreement of the parties. (5) Government Furnished Property: None contemplated. (6) Size Status: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force point 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 at 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 below. Offerors should refer to 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 BAA number. Proposals shall be submitted in an original and five (5) copies. Proposals shall not be submitted via facsimile. All responsible sources may submit a proposal which shall be considered against the criteria set forth in Section E - Basis for Award. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the government. (2) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. Additional information on prior work in this area, descriptions of available equipment 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/phases 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. Any questions concerning the technical proposal or SOW preparation shall be referred to the Technical Point of Contact cited in this announcement. (3) Cost Proposal: The accompanying cost proposal/price breakdown shall be supplied on an SF 1411, together with supporting schedules, and shall contain a person-hours breakdown per task/phase. Copies of the above-referenced forms may be obtained from the contracting office cited. (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 technical information, i.e. indexes, photographs, foldouts, appendices, attachments, etc. (other than the specific exemptions stated above). 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 BAA 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 arranged in descending order of importance: (a) Soundness of Technical Approach, (b) Understanding of Problem, (c) New and Innovative Solutions, (d) Specific Experience and Facilities, and (e) Compliance with Requirements. Cost 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, cooperative agreement, or grant any, all, part, or none of the proposals received. F--POINTS OF CONTACT: (1) Technical Contact Point: Engineer, John King, WL/AADM, Bldg 620, 2241 Avionics Circle Suite 25, Wright-Patterson AFB, Oh 45433-7327, (513) 255-7659. (2) Contracting Point of Contact: Contract Negotiator, Donald Robinson, WL/AAKE, Bldg. 7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607, (513) 255-3379. (0058)

Loren Data Corp. http://www.ld.com (SYN# 0002 19960228\A-0002.SOL)


A - Research and Development Index Page