Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8,1996 PSA#1718

R&D Contracting Directorate, 2530 C St, WPAFB, OH 45433-7607

A -- NONDESTRUCTIVE EVALUATION (NDE) TECHNOLOGY INITIATIVES PROGRAM POC Dr. Robert L. Crane, Project Engineer, WL/MLLP, (937) 255-9828. Notice of Contract Action for Nondestructive Evaluation (NDE) Technology Initiatives Program. The Wright Laboratory, Materials Directorate, Nondestructive Evaluation Branch is contemplating the award of a 60 month effort for research, development, and transition of NDE technologies for the inspection and evaluation of aerospace materials to detect hidden defects and/or measure certain other intrinsic material characteristics without causing damage to, or otherwise altering, the state of the object in the process or its end product. The contractor will conduct research and development and facilitate the transition of any products developed as a result of this R&D effort to depot or field usable locations. Furthermore, this program will develop and implement new NDE techniques for aging systems, improve existing techniques and adapt technologies in use elsewhere, e.g. non evasive medical techniques, for use by inspection personnel. An example of the type of work to be performed might include the development of the following: Radiographic methods and instrumentation to quantitatively determine materials variations, Inspection techniques for rapid inspection of large aircraft components, including both in service and during the manufacturing process, and New NDE methods for quantitative characterization of materials and structures and verification of quality and integrity. This research will be contracted for on an individual order bases. Respondents must demonstrate experience and/or knowledge of key technologies to include mathematical modeling, measurement of physical chemical and biological parameters and the construction of appropriate instrumentation or materials to permit an assessment performance or condition. Additionally, the respondents must demonstrate the ability to bring a new technique or technology from the idea stage to a working prototype such that it could be used at the depot field level on a daily basis. At the time of contract award, respondents must have a core team of research personnel, between 2 to 15, as well as required administrative and technical support personnel within commuting distance of Wright-Patterson Air Force Base, Ohio to ensure continuous familiarity with evolving in-house government research resources, planning and objectives, and augment that team as necessary with a wide range of national experts in all of the necessary scientific and engineering disciplines. Respondents must demonstrate both in-house and subcontract administrative capabilities. Multiple awards may result from this procurement action. Initial orders will focus on new approaches to the detection of hidden corrosion or the detection of subsurface damage must be addressed in locations such as the fuselage lap joints around fasteners and on hidden surfaces under sealant within multilayer structures. The detection of damage to the multilayer infrared window materials used for USAF forward looking infrared systems, and a method of detecting wide area fatigue damage in aging aircraft structures must also be addressed. A cost reimbursement delivery order type contract is contemplated for this effort. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, a woman owned business, a historically black college or university, or minority institution. For this item the general definition to be used to determine whether your firm is small is as follows: ''A small business concern is a concern that is independently owned and operated, is not dominant in the field of operation in which it is bidding on government contracts and with its affiliates, the number of employees does not exceed 1000 persons.'' SIC Code 8731 applies. ''Concern means any business entity organization for profit with a place of business in the United States, its possessions, Puerto Rico, or the Trust Territory of the Pacific Islands, including but not limited to an individual, partnership, corporation, joint venture, association or corporation.'' The Air Force reserves the right to consider a small business set-aside based upon responses hereto. Small business respondents should include a statement of capabilities describing the companys' technical expertise and experience, personnel, facilities and motivation for participating in this effort. The Government reserves the right to issue a Program Research and Development Announcement (PRDA). However, large businesses need to provide a letter of interest in order to reserve a copy of a Request for Proposal (RFP), in the event that a RFP is utilized in lieu of a PRDA. All respondents shall include in any request their assigned Commercial and Government Entity Code. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Responses should be sent to: ATTN: Ms Bobbi Cunningham, WL/MLKM, Bldg 7, 2530 C St, Wright-Patterson AFB OH 45433-7607. Non-technical assistance may be secured by calling the above individual at (937) 255-5830. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, ASC/SY, Mr. Daniel L. Kugel, at (937) 255-3855 with serious concerns only. Direct all requests for solicitations and routine communication concerning this acquisition to contracting office point of contact with name, title, address and phone. Closing date for submission of responses is thirty (30) calendar days from the publication of this notice. Firms should reference MLK-97-02 in their responses. The PRDA or RFP release for this program is projected in December 1996/January 1997. This program will not be republicized prior to solicitation (RFP) of if applicable announcement (PRDA) issuance. NOTE 26: Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. See Numbered Note(s): 25. (0311)

Loren Data Corp. http://www.ld.com (SYN# 0010 19961107\A-0010.SOL)


A - Research and Development Index Page