Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1996 PSA#1612

Phillips Laboratory/PKVA Directorate of Contracting, 2251 Maxwell Ave Kirtland AFB NM 87117-5777

J -- REPAIR OF A RESEARCH ELECTRON ACCELERATOR SOL F29601-96-R-0017 POC Shirlee Knickerbocker, Contract Specialist, 505-853-3238 Stephen M. Sandager, Contracting Officer, 505-846-5935. RESEARCH AND DEVELOPMENT SOURCES SOUGHT FOR REPAIR OF CW ELECTRON ACCELERATOR. The Air Force Phillips Laboratory (PL) Space Electronics Division, Microelectronics and Photonics Research Branch (VTET) anticipates solicitation for the repair of a research electron accelerator. The electron accelerator, model EA 1.5, was manufactured in the late 1950s by Radiation Dynamics, Incorporated. REQUIREMENTS: PL/VTET requirements for the electron accelerator are operation at a minimum end-point energy of one million electron volts (1EMeV) at an output current of 1 milliampere. This is a continuous-operation (CW) accelerator as opposed to a pulsed accelerator. Towards this effort, PL/VTET is seeking qualified offerors which can perform ALL tasks of the following repair description. REPAIR DESCRIPTION: The main cascaded rectifier system of the aforementioned electron accelerator no longer operates properly. The existing rectifier system is driven by a high-frequency oscillator at a radio-frequency (RF) of 300 kilohertz. Power to the rectifiers is capacitively coupled from an internal RF power supply to an array of corona rings thereby eliminating the need for conventional filter condensers. The present rectifier system configuration has 32 vacuum tubes (Dunlee VR-24), which are no longer manufactured nor otherwise available. Therefore, the present rectifier system must be replaced with a rectifier system, preferably solid-state, that has been engineered to properly power the accelerator. Since the existing system uses the existing corona ring assembly to provide impedance matching between the rectifier and the power supply, the replacement system must be impedance matched as well. For example, if a corona ring assembly is to be used, customization of the corona ring assembly would be needed to match the capacitive coupling characteristics of the tank oscillator of the electron accelerator's present configuration. The high frequency RF power is coupled through a solenoidal RF transformer which will need to be compatible with the new solid-state rectifier system. This requirement makes the replacement of this transformer likely to ensure compatibility with the power and impedance requirements of the new rectifier assembly. With the change of the rectifier system, new optical monitors will be required to detect arcing (corona current) within the accelerator. These monitors shall be integrated into the operation of the accelerator to prevent excessive corona current from being drawn and thereby prevent damage to the accelerator. All statements of capabilities should be specific as to (1) present capabilities with high-power RF power supply design and installation, (2) present and past electron accelerator design, repair, and installation efforts, and (3) a listing of references from design, repair and installation efforts of similar complexity. Only those statements of capability which adequately address the elements of the repair description will be considered. An organizational conflict of interest clause may be required in any resulting contract to provide access to the manufacturer's proprietary data. Interested contractors must indicate whether they qualify as a small business under SIC Code 8711, size standard $13,500,000. Firms responding are to indicate whether or not they are a small business, a woman-owned business, a Historically Black College or University, or a Minority Institution. Interested contractors are requested to submit a Statement of Capability (SOC). SOC shall be unclassified. Information submitted should be pertinent and specific in the technical areas under consideration. Do not provide advertisement brochures in lieu of a written SOC. The SOC is limited to 20 pages (resumes not included in the page count) and must be received within 15 calendar days of publication of this announcement. Replies received later than this date and responses by telegram or fax will not be honored. Based on the responses to this announcement, the Air Force reserves the right to set-aside this acquisition, or portions thereof, for an 8(a) Program Award, an award to a Historically Black College, University, or Minority Institution, or a Small Business Set-Aside. 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 not to diminish the authority of the Program Director or Contracting Officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the PL Ombudsman, Colonel James Ledbetter in the Operations Directorate (505) 846-4964. The Ombudsman should only be contacted with issues of problems that have been previously brought to the attention of the Contracting Officer and could not be satisfactorily resolved at that level. For Contracting issues, please contact Steven M. Sandager, Contracting Officer, at (505) 846-5935. For Technical issues, please contact Capt Charles Brothers, Project Officer, at (505) 846-4500. Acquisition information is provided on the Science and Technology Acquisition Referral System (STARS) which is provided by the Phillips Laboratory, Kirtland AFB, NM, as a service to industry and other interested parties. This system is a means of disseminating key Request For Proposal (RFP) documents to allow contractors and other interested parties to access the documents and download these documents into their existing computer systems. The STARS Bulletin Board is now available on the Internet --- http://www.plk.af.mil/. STARS BBC POC: Sandra M. Maes, PL/PLM, (505) 846-5440. This announcement is for informational and planning purposes only. It does not constitute and Invitation for Bid (IFB) or Request for Proposal (RFP) and is not to be construed as a commitment by the Government. In the event a formal solicitation results from review of the SOCs, respondents desiring a copy of the solicitation must request it in writing and provide a mailing address and their assigned Commercial and Government Entity (CAGE) Code. Mail all SOCs and requests for the solicitation referencing RFP number F29601-96-R-0017 to: Phillips Laboratory/PKVA, Attn: S Knickerbocker. (Note 25 of this CBD shall also apply). (0158)

Loren Data Corp. http://www.ld.com (SYN# 0057 19960607\J-0012.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page