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