|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5,1997 PSA#1924Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue
SE, Kirtland AFB, NM 87117-5773 A -- ADVANCED LASER DEVICES AND EFFECTS RESEARCH SUPPORT (ALDERS) SOL
F29601-97-R-0031 POC Mike Baca, 505/846-9691; Ernestine Stewart,
505/846-1050; Telefax, 505/846-1546 WEB: Advanced Laser Devices and
Effects Research Support (ALDERS), http://plk.af.mil. E-MAIL: /SRCSGT,
MBACA@PL/PKLA. The Lasers and Imaging Directorate, Laser Systems
Division of the Phillips Laboratory intends to contract for the
Advanced Laser Devices and Effects Research Support (ALDERS) effort.
The objective of this effort is to support the operations of the
Phillips Laboratory's in-house laser development and laser
vulnerability effects testing programs. This effort includes but is not
restricted to high energy laser (hel) gain generator and resonator
systems, low and medium power gas and solid- state systems, tactical
laser applications, chemical single-delta oxygen generators, laser
fluid mechanics, semiconductor and solid-state laser dynamics, laser
research facilities and laser lethality assessment. The contractor
shall be responsible for: the design, fabrication, installation,
modification, management, operation, maintenance, and documentation of
laser devices and systems. The contractor shall be responsible for the
operation of optical components, optical test equipment, beam
diagnostics equipment, and optical instrumentation; the development,
modification, maintenance, documentation and implementation of optical
computer codes; the planning and implementation of laser vulnerability
effects testing; the acquisition of test samples, test equipment, and
off-base test support; the generation of hardware drawings, experiment
interface control documents, and quality control documentation; and
the management of laser facilities and laboratories. This will be a
support effort, performed primarily at Kirtland AFB, NM. A
cost-plus-fixed-fee (CPFF) type contract is contemplated. The contract
performance is anticipated to be 48 months. Small businesses are The
Lasers and Imaging Directorate, Laser Systems Division of the Phillips
Laboratory intends to contract for the Advanced Laser Devices and
Effects Research Support (ALDERS) effort. The objective of this effort
is to support the operations of the Phillips Laboratory's in-house
laser development and laser vulnerability effects testing programs.
This effort includes butis not restricted to high energy laser (hel)
gain generator and resonator systems, low and medium power gas and
solid- state systems, tactical laser applications, chemical
single-delta oxygen generators, laser fluid mechanics, semiconductor
and solid-state laser dynamics, laser research facilities and laser
lethality assessment. The contractor shall be responsible for: the
design, fabrication, installation, modification, management, operation,
maintenance, and documentation of laser devices and systems. The
contractor shall be responsible for the operation of optical
components, optical test equipment, beam diagnostics equipment, and
optical instrumentation; the development, modification, maintenance,
documentation and implementation of optical computer codes; the
planning and implementation of laser vulnerability effects testing; the
acquisition of test samples, test equipment, and off-base test support;
the generation of hardware drawings, experiment interface control
documents, and quality control documentation; and the management of
laser facilities and laboratories. This will be a support effort,
performed primarily at Kirtland AFB, NM. A cost-plus-fixed-fee (CPFF)
type contract is contemplated. The contract performance is anticipated
to be 48 months. Small businesses are The Lasers and Imaging
Directorate, Laser Systems Division of the Phillips Laboratory intends
to contract for the Advanced Laser Devices and Effects Research
Support (ALDERS) effort. The objective of this effort is to support the
operations of the Phillips Laboratory's in-house laser development and
laser vulnerability effects testing programs. This effort includes but
is not restricted to high energy laser (hel) gain generator and
resonator systems, low and medium power gas and solid- state systems,
tactical laser applications, chemical single-delta oxygen generators,
laser fluid mechanics, semiconductor and solid-state laser dynamics,
laser research facilities and laser lethality assessment. The
contractor shall be responsible for: the design, fabrication,
installation, modification, management, operation, maintenance, and
documentation of laser devices and systems. The contractor shall be
responsible for the operation of optical components, optical test
equipment, beam diagnostics equipment, and optical instrumentation; the
development, modification, maintenance, documentation and
implementation of optical computer codes; the planning and
implementation of laser vulnerability effects testing; the acquisition
of test samples, test equipment, and off-base test support; the
generation of hardware drawings, experiment interface control
documents, and quality control documentation; and the management of
laser facilities and laboratories. This will be a support effort,
performed primarily at Kirtland AFB, NM. A cost-plus-fixed-fee (CPFF)
type contract is contemplated. The contract performance is anticipated
to be 48 months. Small businesses are requested to submit statements
of capability (SOC) to the contracting officer within 15 working days
after publication of this announcement. All requests for any resulting
solicitations must include company name, mailing address, and company
size status under Standard Industrial Classification Code (SIC) 8711,
with a small business size standard of $13.5 million in gross receipts
per year. Only those small business qualifying under SIC 8711 need to
submit a SOC. Large businesses are not required to submit statements of
capability. Based upon responses to this announcement, the Government
reserves the right to set this acquisition aside for the 8(a) Program,
Small Business, or Historically Black Colleges and Universities or
Minority Institutions. Small businesses are invited to submit a
description of their qualifications for consideration to perform all or
a portion of this R&D effort. Interested small businesses must address
the following in their Statement of Capability (SOC): (1) Experience:
an outline of previous projects, specific work previously performed or
being performed, related to the technical areas identified above, and
any in-house research and development support effort; (2) Personnel:
name, professional qualifications and specific experience of
scientists, engineers and technical personnel who may be assigned as
principal program manager; (3) Facilities: availability and description
of special facilities required to perform in the technical areas under
consideration. The SOC shall identify work previously performed, which
was accomplished by the contractor's own employees, i.e., identify
efforts that were not performed by subcontractors. Include any other
specific and pertinent information pertaining to this particular area
of procurement that would enhance our consideration and evaluation of
the information. Replies to this SOC must reference the RFP number
F29601-97-R-0031 and indicate whether they are, or are not, a small
business, a socially and economically disadvantaged business, an 8(a)
program, a woman-owned business, a historically black college or
university, or a minority institution. The SOC shall be limited to a
maximum of twenty (20) pages. Foreign firms are advised they will not
be allowed to participate as the prime contractor. Secret security and
facility clearances will be required. Any resulting RFP will require
that the contractors be registered and certified with the Defense
Logistics Support Center (DLSC). Contact DLSC, 74 North Washington,
Battlecreek, MI 49016-4312 (1-800-352-3572) for further information on
the certification and approval process. An Ombudsman has been
appointed to hear concerns from offerors or potential offerors during
the proposal development phase of this acquisition. The purpose of the
Ombudsman is to receive and communicate serious concerns from
potential offerors when an offeror prefers not to use established
channels. Potential offerors should use established channels to request
information, pose questions, and voice concerns before contacting the
Ombudsman. For serious concerns only potential offerors are invited to
contact the PL Ombudsman, Bruce Grunsten, PL/PKM Phillips Laboratory
at (505) 846-8273. Questions of a technical nature should be addressed
to Capt Matthew Rotondaro, PL/LIDB, (505) 846-0718 or Gloria Castro,
PL/LIX, (505) 846-4034. Questions of a contractual/cost nature should
be addressed to Michael Baca, (505)846-9691 or Ernestine Stewart,
PL/PKLA, (505) 846-2246 or faxed at (505)846-1546. Statements of
Capability are to be addressed to PL/PKLA, ATTN: Ernestine Stewart,
3651 Lowry Avenue SE, Kirtland AFB NM 87117-5777. requested to submit
statements of capability (SOC) to the contracting officer within 15
working days after publication of this announcement. All requests for
any resulting solicitations must include company name, mailing address,
and company size status under Standard Industrial Classification Code
(SIC) 8711, with a small business size standard of $13.5 million in
gross receipts per year. Only those small business qualifying under SIC
8711 need to submit a SOC. Large businesses are not required to submit
statements of capability. Based upon responses to this announcement,
the Government reserves the right to set this acquisition aside for the
8(a) Program, Small Business, or Historically Black Colleges and
Universities or Minority Institutions. Small businesses are invited to
submit a description of their qualifications for consideration to
perform all or a portion of this R&D effort. Interested small
businesses must address the following in their Statement of Capability
(SOC): (1) Experience: an outline of previous projects, specific work
previously performed or being performed, related to the technical
areas identified above, and any in-house research and development
support effort; (2) Personnel: name, professional qualifications and
specific experience of scientists, engineers and technical personnel
who may be assigned as principal program manager; (3) Facilities:
availability and description of special facilities required to perform
in the technical areas under consideration. The SOC shall identify
work previouslyperformed, which was accomplished by the contractor's
own employees, i.e., identify efforts that were not performed by
subcontractors. Include any other specific and pertinent information
pertaining to this particular area of procurement that would enhance
our consideration and evaluation of the information. Replies to this
SOC must reference the RFP number F29601-97-R-0031 and indicate whether
they are, or are not, a small business, a socially and economically
disadvantaged business, an 8(a) program, a woman-owned business, a
historically black college or university, or a minority institution.
The SOC shall be limited to a maximum of twenty (20) pages. Foreign
firms are advised they will not be allowed to participate as the prime
contractor. Secret security and facility clearances will be required.
Any resulting RFP will require that the contractors be registered and
certified with the Defense Logistics Support Center (DLSC). Contact
DLSC, 74 North Washington, Battlecreek, MI 49016-4312 (1-800-352-3572)
forfurther information on the certification and approval process. An
Ombudsman has been appointed to hear concerns from offerors or
potential offerors during the proposal development phase of this
acquisition. The purpose of the Ombudsman is to receive and communicate
serious concerns from potential offerors when an offeror prefers not to
use established channels. Potential offerors should use established
channels to request information, pose questions, and voice concerns
before contacting the Ombudsman. For serious concerns only potential
offerors are invited to contact the PL Ombudsman, Bruce Grunsten,
PL/PKM Phillips Laboratory at (505) 846-8273. Questions of a technical
nature should be addressed to Capt Matthew Rotondaro, PL/LIDB, (505)
846-0718 or Gloria Castro, PL/LIX, (505) 846-4034. Questions of a
contractual/cost nature should be addressed to Michael Baca,
(505)846-9691 or Ernestine Stewart, PL/PKLA, (505) 846-2246 or faxed at
(505)846-1546. Statements of Capability are to be addressed to PL/PKLA,
ATTN: Ernestine Stewart, 3651 Lowry Avenue SE, Kirtland AFB NM
87117-5777. requested to submit statements of capability (SOC) to the
contracting officer within 15 working days after publication of this
announcement. All requests for any resulting solicitations must include
company name, mailing address, and company size status under Standard
Industrial Classification Code (SIC) 8711, with a small business size
standard of $13.5 million in gross receipts per year. Only those small
business qualifying under SIC 8711 need to submit a SOC. Large
businesses are not required to submit statements of capability. Based
upon responses to this announcement, the Government reserves the right
to set this acquisition aside for the 8(a) Program, Small Business, or
Historically Black Colleges and Universities or Minority Institutions.
Small businesses are invited to submit a description of their
qualifications for consideration to perform all or a portion of this
R&D effort. Interested small businesses must address the following in
their Statement of Capability (SOC): (1) Experience: an outline of
previous projects, specific work previously performed or being
performed, related to the technical areas identified above, and any
in-house research and development support effort; (2) Personnel: name,
professional qualifications and specific experience of scientists,
engineers and technical personnel who may be assigned as principal
program manager; (3) Facilities: availability and description of
special facilities required to perform in the technical areas under
consideration. The SOC shall identify work previously performed, which
was accomplished by the contractor's own employees, i.e., identify
efforts that were not performed by subcontractors. Include any other
specific and pertinent information pertaining to this particular area
of procurement that would enhance our consideration and evaluation of
the information. Replies to this SOC must reference the RFP number
F29601-97-R-0031 and indicate whether they are, or are not, a small
business, a socially and economically disadvantaged business, an 8(a)
program, a woman-owned business, a historically black college or
university, or a minority institution. The SOC shall be limited to a
maximum of twenty (20) pages. Foreign firms are advised they will not
be allowed to participate as the prime contractor. Secret security and
facility clearances will be required. Any resulting RFP will require
that the contractors be registered and certified with the Defense
Logistics Support Center (DLSC). Contact DLSC, 74 North Washington,
Battlecreek, MI 49016-4312 (1-800-352-3572) for further information on
the certification and approval process. An Ombudsman has been
appointed to hear concerns from offerors or potential offerors during
the proposal development phase of this acquisition. The purpose of the
Ombudsman is to receive and communicate serious concerns from
potential offerors when an offeror prefers not to use established
channels. Potential offerors should use established channels to request
information, pose questions, and voice concerns before contacting the
Ombudsman. For serious concerns only potential offerors are invited to
contact the PL Ombudsman, Bruce Grunsten, PL/PKM Phillips Laboratory
at (505) 846-8273. Questions of a technical nature should be addressed
to Capt Matthew Rotondaro, PL/LIDB, (505) 846-0718 or Gloria Castro,
PL/LIX, (505) 846-4034. Questions of a contractual/cost nature should
be addressed to Michael Baca, (505)846-9691 or Ernestine Stewart,
PL/PKLA, (505) 846-2246 or faxed at (505)846-1546. Statements of
Capability are to be addressed to PL/PKLA, ATTN: Ernestine Stewart,
3651 Lowry Avenue SE, Kirtland AFB NM 87117-5777. (0246) Loren Data Corp. http://www.ld.com (SYN# 0014 19970905\A-0014.SOL)
A - Research and Development Index Page
|
|