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