Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1997 PSA#1785

R&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