|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1997 PSA#1785R&D Contracting Directorate, 2530 C St, WPAFB, OH 45433-7607 A -- FORMATION OF TEXTURE, MICROSTRUCTURE, AND DEFECTS IN TITANIUM
MILL PRODUCTS SOL PRDA NO. 97-38-MLK DUE 040897 POC Jeanette Zimmer,
Contract Negotiator, (937) 255-5830 or Philip R. Nelson, Contracting
Officer, (937) 255-5830. A -- INTRODUCTION: Wright Laboratory (WL/MLKM)
is interested in receiving proposals (technical and cost) on the
research and development effort described below. Proposals in response
to this Program Research and Development Announcement (PRDA) shall be
submitted by 08 April 1997, 1500 hours, local time, addressed to
Wright Laboratory, Directorate of R&D Contracting, Area B, Building 7,
2530 C Street, ATTN: Jeanette Zimmer, WL/MLKM, Wright-Patterson AFB,
OH 45433-7607. This is an unrestricted solicitation. Small businesses
are encouraged to propose on all or any part of this solicitation.
Proposals shall be submitted in accordance with this announcement.
Proposal submission after the cutoff date specified herein shall be
treated in accordance with restrictions of FAR 52.215-10, a copy of
this provision may be obtained from the contracting point of contact.
There will be no other solicitation issued in regard to this
requirement. Offerors should be alert for any PRDA amendments which may
be published. The announcement may be amended to provide for subsequent
dates for submission of proposals. Offerors should request a copy of
the WL Guide entitled "PRDA & BAA Guide for Industry." This guide was
specifically designed to assist offerors in understanding the PRDA/BAA
process. The "PRDA & BAA Guide for Industry" is available through
either of the following methods: (1) Download from the Internet. Go to
the Wright Laboratory R&D Contracting Home Page and look under "A
Contracting Toolbox" for "PRDA/BAA Indexed Guide" at
http://www.wl.wpafb.af.mil/contract/hp.htm, or, (2) Written request to
Jeanette Zimmer, WL/MLKM, Bldg 7, Area B, 2530 C Street, Wright
Patterson AFB, OH, 45433-7607, telefax (937) 255-9217. Please provide
written requests to Mrs. Zimmer only if you are unable to download the
information from the Home Page. B -- REQUIREMENTS: (1) Technical
Description: The objective of this effort is to gain increased
understanding of the formation and control of texture, microstructure
and defects related to production processing of metallic aerospace
components. Although this concept has broad application, concentration
on the processing of titanium mill products to produce components for
aeropropulsion systems and/or for airframe structural parts is of
primary interest. Successful maturation of this concept hinges on the
development of an understanding of the interrelation between
metallurgical processes used in the fabrication of titanium mill
products and the formation and control of the overall macrotexture of
the product, localized areas of microtexture, microstructure and
evolution, and formation of defects associated with production
practices. To make advancements in this area, several technical
requirements are evident. First, specific problems need to be described
which relate the lack of control of texture, microstructure evolution,
and the formation of defects to the use of titanium mill products in
the fabrication of aerospace components. Descriptions should include
complexities introduced to the general fabrication problem, such as
variability or lack of control in production processes, inhomogeneity
in titanium alloy chemistry and grain size, as well as design
requirements to achieve a balance of mechanical properties. Second,
titanium alloy billet should be produced such that it can be processed
in a controlled manner to effect change in the formation of texture,
microstructure and defects from starting billet form to final component
production. For example, controllable variables in forging, such as
temperature, strain, strain rate and gradients thereof, have pronounced
influence on metallurgical phenomena and play an important role in the
formation of localized areas of microtexture, microstructure
evolution, and the formation of defects such as Strain Induced Porosity
(S.I.P.). Similarly, other processing routes, such as rolling or
extrusion, might also be expected to play a fundamental role in the
formation and control of texture, microstructure, etc.. By judiciously
altering critical processing variables, it is anticipated that a
better understanding of the role of processing in
texture-microstructure-property relations would be obtained. Third,
proof of increased understanding with regard to the control of the
formation of texture, microstructure, and defects, and their
relationship to material properties should be demonstrated through
representative fabrication of titanium semi-finished or finished
products with subsequent destructive metallographic and mechanical
characterization. Full-scale fabrication of appropriate components with
subsequent destructive metallographic and mechanical characterization
would also be of interest. Fourth, the processing of the various
materials and components (i.e., the full-scale materials each having
their own resultant microstructure and texture) should be interpreted
and validated through the use of appropriate computer modeling
techniques. The correlation of results between the characterized
materials and the computer model outputs should be demonstrated, with
validation of the predicted microstructure and texture as related to
the fabrication process. (2) Deliverable Items: The following
deliverable data items will be required: (a) Status Report,
DI-MGMT-80368/T, monthly, (b) Funds and Man-hour Expenditure Report,
DI-FNCL-80331/T, monthly, (c) Contract Funds Status Report (CFSR),
DI-MGMT-81468/T, quarterly, (d) Presentation Material, DI-ADMN-81373/T,
as required, (e) Scientific and Technical Reports, Contractor's Billing
Voucher, DI-MISC-80711/T, monthly, (f) Scientific and Technical
Reports, Final Report, DI-MISC-80711/T, end of phase and end of
contract (Draft and Reproducible Final Version) (g) excess program
titanium alloy material samples, as requested by Air Force Technical
Program Monitor. (3) Security Requirements: DD Form 254 requirements do
not apply. 4. Other Special Requirements: International Traffic in Arms
Regulations apply. C -- ADDITIONAL INFORMATION: (1) Anticipated Period
of Performance: The total length of technical effort is estimated to
be forty eight (48) months. The contract will also include an
additional five (5) months for processing/completion of the final
report. (2) Expected Award Date: 30 September 1997. (3) Government
Estimate: The Government funding profile is estimated to be as follows:
FY97 -- $6K, FY98 -- $226K, FY99 -- $230K, FY00 -$280K, FY01 -- $300K.
More than one award could be made for this PRDA, the funding shown is
the total for all awards. This funding profile is an estimate only and
is not a promise for funding as all funding is subject to change due to
Government discretion and availability. (4) Type of Contract: Cost Plus
Fixed Fee (CPFF) or Cost (no fee). Any grants awarded will be cost (no
fee). (5) Government Furnished Property/Base Support: None
Contemplated. (6) Size Status: For the purpose of this acquisition, the
size standard is 1000 employees (SIC 8731). Firms responding should
indicate whether they are socially or economically disadvantaged
business, a women-owned business, a Historically Black College or a
University/Minority Institution, and should indicate their business
size status. (7) Notice to Foreign-Owned Firms: Such firms are asked to
immediately notify the Air Force point cited below upon deciding to
respond to this announcement. Foreign contractors should be aware that
restrictions may apply which could preclude their participation in
this acquisition. (8) The government may issue a grant to a university
or non-profit institution as a result of this action. (9) Teaming
arrangements between Universities and Private Industry will also be
considered and are encouraged. D -- PROPOSAL PREPARATION INSTRUCTIONS:
(1) General Instructions: Offerors should apply the restrictive notice
prescribed in the provision at FAR 52.215-12, Restriction on Disclosure
and Use of Data, to trade secrets or privileged commercial and
financial information contained in their proposals. Proposal questions
should be directed to one of the points of contact listed elsewhere
herein. Offerors should consider instructions contained in the WL PRDA
and BAA Guide for Industry referenced in Section A of this
announcement. Technical and cost proposals, submitted in separate
volumes, are required and must be valid for 180 days after the proposal
date. Proposals must reference the above PRDA number on all Proposal
Volumes. Proposals shall be submitted in an original and five (5)
copies. All responsible sources may submit a proposal which will be
considered against the criteria set forth herein. Offerors are advised
that only contracting officers are legally authorized to contractually
bind or otherwise commit the government. (2) Cost Proposal: Adequate
price competition is anticipated. The accompanying cost proposal/price
breakdown shall be supplied, together with supporting schedules and
shall contain a person-hour breakdown per task by fiscal year. (3)
Technical Proposal: The technical proposal shall include a discussion
of the nature and scope of the research and the technical approach.
Additional information on prior experience in this area, descriptions
of available equipment, data and facilities, and resumes of personnel
who will be participating in this effort should also be included as
attachments to the technical proposal and are not included in the page
limit. The technical proposal shall include a Statement of Work (SOW)
detailing the technical tasks proposed to be accomplished under the
proposed effort and suitable for contract incorporation. Offerors
should refer to the WL Guide referenced in Section A to assist in SOW
preparation. PL 98-94 applies. Offerors must submit an approved DD Form
2345, Export-Controlled DOD Technical Data Agreement, with their
proposal. Any questions concerning the technical proposal or Statement
of Work preparation shall be referred to the Technical Point of
Contact cited in this announcement. (4) Page Limitations: The technical
proposal shall be limited to 100 pages (12 font type or larger), double
spaced, single sided, 8.5 by 11 inches. The page limitation includes
all information i.e., indexes, photographs, foldouts, appendices,
attachments, etc. Pages in excess of this limitation will not be
considered by the government. Cost proposals have no limitation,
however, offerors are requested to keep cost proposals to 75 pages as
a goal. (5) Preparation Cost: This announcement does not commit the
Government to pay for any response preparation cost. The cost of
preparing proposals in response to this PRDA is not considered an
allowable direct charge to any resulting or any other contract.
However, it may be an allowable expense to the normal bid and proposal
indirect cost as specified in FAR 31.205-18. E -- BASIS FOR AWARD: The
selection of one or more sources for contract award will be based on a
scientific and/or engineering evaluation of offerors' responses (both
technical and cost aspects) to determine the overall merit of your
proposal in response to the announcement. The technical aspect, which
is ranked as the first order of priority, shall be evaluated based upon
the following criteria which are of equal importance: (a) new and
creative solutions that may be generically applied across the titanium
industry, (b) the offeror's understanding of the scope of the
technical effort, (c) soundness of offeror's technical approach, (d)
the availability of qualified technical personnel and their experience
with applicable technologies and technologies critical to the Air
Force, (e) the offeror's past experience with titanium mill products
and the control of texture, microstructure and defects thereof, (f)
organization, clarity, and thoroughness of the proposed Statement of
Work, and (g) overall management approach and plan, including the
offerors demonstration of a proactive management approach and a plan to
maintain the proposed schedule, bill the government for work promptly,
and ensure the achievement of expenditure rates at or above 75% within
a fiscal year. Cost, which includes consideration of proposed budgets
and funding profiles, is a substantial factor and is ranked as the
second order of priority. The technical and cost information will be
evaluated at the same time. No other evaluation criteria will be used.
The Air Force reserves the right to select for award of a contract,
grant or cooperative agreement any, all, part, or none of the proposals
received. Award of a grant to universities or non profit institutions
or cooperative agreement, in lieu of a contract, will be considered and
will be subject to the mutual agreement of the parties. F -- POINTS OF
CONTACT: (1) Technical Contact Point: Questions on technical issues
may be referred to the Project Engineer, Dr. Daniel J. Evans, WL/MLLM,
Bldg 655, 2230 Tenth Street, Suite 1, WPAFB, OH 45433-7817, (937)
255-9838. (2) Contracting/Cost Point of Contact: Questions on
contractual and cost issues should be directed to the Wright
Laboratory, Directorate of Research and Development Contracting,
Jeanette Zimmer, WL/MLKM, Building 7, 2530 C Street, Wright-Patterson
AFB, OH 45433-7607 (937) 255-5830, E-Mail snyder@b045mail.wpafb.af.mil.
G -- OMBUDSMAN: An Ombudsman has been appointed to hear concern from
offerors and potential offerors during the proposal development phase
of this acquisition. The purpose of the Ombudsman is not to diminish
the authority of the Contracting Officer, but to communicate contractor
concerns, issues, disagreements and recommendations to the appropriate
government personnel. All potential offerors should use established
channels to maintain strict confidentiality as to the source of the
concern. The Ombudsman will not participate in the evaluation of
proposals or in the selection decision. Interested parties should
direct all routine communications concerning this acquisition to
Jeanette Zimmer, Contract Negotiator, WL/MLKM, Bldg 7, 2530 C Street,
Wright-Patterson AFB, OH 45433-7607, telephone 937-255-5936, E-Mail
snyder@b045.mail.wpafb.af.mil. 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. These serious concerns only may be directed to
the Ombudsman, Mr. Daniel L. Kugel, ASC/SY Bldg 52,. 2475 K St, Suite
1, Wright-Patterson AFB, OH 45433-7642, E-Mail
kugeldl@sy.wpafb.af.mil, phone 937-255-3855. SEE Note 26. (0045) Loren Data Corp. http://www.ld.com (SYN# 0011 19970219\A-0011.SOL)
A - Research and Development Index Page
|
|