Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 3,1996 PSA#1693

Phillips Laboratory/PKVC, Directorate of Contracting, 2251 Maxwell S.E., Kirtland AFB NM 87117-5773

A -- DEVELOPMENT OF ADVANCED VERY LONG WAVELENGTH INFRARED DETECTORS (DAVID) SOL F29601-96-R-0018 POC POC Lt Michael Dunn, PL/VTM, (505) 846-5793, Shari Barnett, Contracting Officer (505) 846-6189. A -- DEVELOPMENT OF ADVANCED VERY LONG WAVELENGTH INFRARED DETECTORS (DAVID). Solicitation F29601-96-R-0018. POC Lt Michael Dunn, PL/VTM, (505) 846-5793, Paulette S. L. Windley, PL/PKVC, (505) 846-5011. Phillips Laboratory, Space and Missiles Technology Directorate is interested in receiving proposals for the research effort described below. This solicitation and resulting awards shall be made in accordance with the Research and Development Streamlined Contracting Procedures (RDSCP) described in DFARS 235.70. This announcement is the solicitation; there will be no formal RFP or RFQ. The name, address and telephone number of the representative of the contracting officer for this solicitation is shown as POC above. This solicitation consists of this notice, any subsequent amendments, and a supplemental package which is available by writing to the above address. All offerors who did not respond to synopsis PKVC-1 published 96Sep16 and desire a copy of the supplemental package and any subsequent amendments must request it in writing, provide a mailing address, their assigned Commercial and Government Entity (CAGE) code, and submit a certified DD Form 2345. Foreign firms are advised that they will not be allowed to participate as the prime contractor. An enabling clause is anticipated in any resulting contract. All of the mandatory terms, clauses, and provisions at DFARS 235.7006, Research and Development Streamlined Contracting format, and the following optional items are incorporated by reference: B.3, B.6, B.8, C.2, E.1, E.4, E.5, G.1, G.2, G.3, G.4, I.42, I.43, I.44, I.47, I.49, I.52, I.53, I.65, I.68, I.69, I.70, I.73, I.74, I.76, I.78, I.81, I.82, I.84, I.85, I.87, I.88, I.89, I.94, I.95, I.96, I.97, I.100, I.107, I.108, I.109, I.110, I.113, I.114, I.116, I.120, I.121, I.122, I.123, I.124, I.126, I.127, I.128, I.129, I.130, I.131, I.132, I.136, I.138, I.144, I.147, I.148, I.155, I.159, I.161, I.163, I.164, I.165, I.166, I.167, I.175, I.176, I.179, I.180, I.187, I.192, I.196, J.1, J.2, L.28, M.1, M.2. This solicitation includes clauses and provisions from FAR 1990 edition updated through FAC 90-37 and DFARS 1991 Edition updated through DAC 91-10. The standard evaluation factors found in Section M of DFARS 235.7006 apply to the basic and option and are modified as follows: Provision M.2 entitled, ''Proposal Evaluation and Basis of Award,'' subparagraph (ii) Evaluation factors, subfactor paragraph (A)(2) Qualifications, is deleted in its entirety; subfactor paragraphs (A)(5) and (A)(6) are added as follows: (A)(5) Past Performance. The degree to which the offeror can demonstrate through past data the ability to meet the Technical Requirements Document (TRD) requirements. (A)(6) Innovation of Design. The offeror's attention to advancing the current state of technology including the offeror's ability to develop and successfully implement design innovations. The Government anticipates using Aerospace Corporation as non-Government advisors during the source selection process. All offerors who desire a copy of the Supplemental Package and subsequent amendments must state whether there are any objections/concerns regarding the Aerospace non-Government advisors. To prepare its proposal and perform services under the contract, the contractor will require access to Militarily Critical Technical Data whose export is restricted by U.S. export control laws and regulations. Only offerors who submit an approved DD Form 2345, Militarily Critical Technical Data Agreement, to the Contracting Officer will received a copy of the solicitation. Contact the Defense Logistics Center (DLSC), Federal Center, 74 North Washington, Battle Creek, Michigan 49016-4312 (1-800-352-3572) for further information on the certification and approval process. The Government anticipates awarding one or more Cost-Plus-Fixed-Fee (CPFF) completion type contracts from this solicitation. The estimated period of performance for the basic effort is 38 months commencing on or about 97Jan13 which includes three (3) months for writing and reviewing the final report. The period of performance for the option, should it be exercised, will be 10 months for a total performance period (basic and option), excluding the final report, of 45 months. It is expected that this contract will be awarded based upon a determination that there is adequate price competition, therefore, the offeror is not required to submit or certify cost or pricing data with its proposal. If after receipt of the proposals, the Contracting Officer determines that adequate price competition does not exist in accordance with FAR 15.804-3, the offeror shall provide certified cost or pricing data as required by the Contracting Officer. Although the Government expects that discussions with offerors may be necessary, offerors should submit their best proposal initially as the Government reserves the right to award without discussions. To be responsive to this solicitation, submit eight (8) copies of your technical proposal, five (5) copies of your cost proposal, one (1) copy of your Small and Small Disadvantaged Business Subcontracting Plan not later than 1500 hours, thirty (30) days after publication of this solicitation, addressed to Phillips Laboratory, Directorate of Contracting, Attn: Shari D. Barnett, PL/PKVC, 2251 Maxwell St. S.E., Kirtland AFB, NM 87117-5773. The page limitations for technical and cost proposals are specified in DFARS 235.7006 (L.102). In order to facilitate subcontracting/teaming on the program, list of prospective offerors will be included in the supplemental package. In addition, the contract Security Classification Specification (DD Form 254), the DD Form 1423, Contract Data Requirements List, and the Statement of Work (SOW), including the reporting requirements are contained in the supplemental package. The SOW, excluding the classified Technical Requirements Document (TRD), is available on the PL Contracting Home Page World Wide Web at http://www.plk.af.mil. The classified Appendix B, TRD, will be made available under a separate package to those offerors possessing the appropriate security clearance. A read file is available in Bldg 426 at Kirtland AFB. In order to access the read file, each offeror must be currently certified and registered by DLSC and possess the appropriate clearance to access any classified material. Each offeror is required to submit a certified DD Form 2345 to PL/PKVC and indicate whether they require access to classified material. Appointments to view the read file must be scheduled at least two days in advance by telefaxing visit request to (505) 846-6022. Appointments will be scheduled between 0900 and 1130 and between 1330 and 1600 only. Only one offeror, represented by no more than two persons, will be permitted into the viewing room at any one time. No duplication or removal of documents from the read file is permitted. No portable computers, cameras, recorders or duplicating equipment is permitted. The objective of this effort is to develop a low-volume, cost-effective fabrication strategy to supply high-performance Long Wavelength Infrared (LWIR) hybrids to support the Near Term and Objective System of the Space and Missile Tracking System (SMTS) program. The effort shall focus on producing highly uniform, radiation hard mercury cadmium telluride hybrids which operate in the LWIR regime at low background levels and cryogenic temperatures. This shall be achieved by leveraging existing infrared (IR) hybrid capability by identifying the technology shortfalls and making advances in LWIR hybrid technology. The contractor shall design, fabricate, test and evaluate three (3) detector Focal Plane Array (FPA) development lots and three (3) multiplexer development lots. Parts from each sequential FPA development lot and sequential multiplexer development lot shall be hybridized to produce each hybrid development lot. This effort has a repeatability option, which if exercised, will include fabrication, testing, and evaluation. The resulting end products consist of FPA, multiplexer and hybrid deliverables, test data and technical reports. An Ombudsman has been appointed to hear concerns from offerors and potential offerors during the proposal development phase of this acquisition. Potential offerors should communicate first with the Contracting Officer to request information, pose questions, and voice concerns before contacting the Ombudsman. The purpose of the Ombudsman is not to diminish the authority of the program director or Contracting Officer, but to communicate offerors' concerns, issues, disagreements and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentially as to the source of the concern. The Ombudsman does not participate in the evaluation of the proposals or in the source selection process. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact the Phillips Laboratory Ombudsman Col James D. Ledbetter, PL/CV at (505) 846-4964. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at that level. See Note 26. (0275)

Loren Data Corp. http://www.ld.com (SYN# 0003 19961002\A-0003.SOL)


A - Research and Development Index Page