|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1997 PSA#1956R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- REPAIR MATERIALS AND PROCESSES FOR BISMALEIMIDE SOL PRDA
#98-26-MLK DUE 120597 POC Ms. Lynne Imhoff, Contracting Officer,
WL//MLKN, (937) 255-5051 E-MAIL: click here to contact the Contracting
Officer, imhofflm@wl.wpafb.af.mil. A-INTRODUCTION: Wright Laboratory
(WL/MLSE) is interested in receiving proposals (technical and cost) on
the research effort described below. Proposals in response to this
Program Research and Development Announcement (PRDA) shall be received
by 5 December 1997, 1500 hours Eastern Time, addressed to Wright
Laboratory, Directorate of R&D Contracting, Building 7, 2530 C Street,
Attn: Lynne Imhoff, 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 submitted shall be
in accordance with this announcement. Proposal receipt 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 that may permit subsequent submission of proposal
dates. Offerors should request a copy of the WL pamphlet entitled
"Program Research and Development Announcement (PRDA) and Broad Agency
Announcement (BAA), A Guide for Industry," dated November 1992. This
guide was specifically designed to assist offerors in understanding the
PRDA/BAA proposal process. Copies may be requested from the contracting
point of contact stated herein. The Guide is also on the internet,
address: www.wl.wpafb.af.mil/contract. B-REQUIREMENTS: 1) Technical
Description: In order to meet design requirements, today's advanced
military aircraft often utilize high temperature, bismaleimide (BMI)
composite components. Over time, maintenance and in-service damage of
these components is likely to occur, and removal for repair or
replacement may not always be feasible. To meet demanding aircraft
readiness rates, on-aircraft, field levels repairs will be required.
Previous repair programs have focused on developing technologies for
the lower operating temperature, epoxy based, composite materials. And
although a level of success has been achieved in this area, the repair
procedures developed for those materials are not able to be used for
the higher temperature, bismaleimide composite material systems. The
purpose of this effort, therefore, is to develop and evaluate, new,
field level repair techniques for the bismaleimide composite materials
being used on today's advanced weapon systems. The proposed technology
should include a) the identification of repair requirements; b) the
identification, development and evaluation of repair concepts; c) the
identification, development and evaluation of repair materials and
processes; d) the development, demonstration, and evaluation of repair
procedures, and e) transfer of the repair technology to the Air Force.
The effort should consider repair concepts that will be applicable to
a variety of aircraft structures including flat laminates, skin with
honeycomb core structure, components with curvature and substructure,
as well as high and low strain components. The technology developed
should also take into consideration the limitations associated with
field level repair, including the repair environment, material storage
conditions, available equipment, and surrounding aircraft structure.
2) Deliverable Items: The following deliverable data items shall be
proposed: a) Status Report, DI-MGMT-80368/T monthly: b) Funds and
Man-hour Expenditure Report, DI-FNCL-80331/T monthly; c) Project
Planning Chart, DI-MGMT-80507A/T monthly; d) Contract Funds Status
Report (CFSR), DI-MGMT-81468/T, quarterly; e) Presentation material,
DI-ADMN-81373/T as required; f) Scientific and Technical Reports,
Contractor Billing Voucher, DI-MISC-80711/T monthly; g) Scientific and
Technical Reports, DI-MISC-80711/T, One, (Draft and Reproducible
Final); and h) Innovations Report, Commercialization Report,
DI-MISC-80406/T, 1 TIME. 3) Security Requirements: SECRET facility and
storage clearance requirements will not apply. TEMPEST requirements
will not apply. 4) Other Special Requirements: International Traffic in
Arms Regulations (ITAR) will apply. C-ADDITIONAL INFORMATION: 1)
Anticipated Period of Performance: The total length of the technical
effort is estimated to be 24 months. The contractor shall also provide
for an additional 4-5 months for processing/completion of the final
report. 2) Expected Award Date: May 1998. 3) Government Estimate: The
government funding profile is estimated to be as follows: FY 98 --
165K; FY99 -- 245K; and FY 00 -- 245K. 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) are
recommended. Any grants awarded will be cost (no fee). 5) Government
Furnished Property: The government will provide repair components for
evaluation, as required, on an as needed basis. 6) Size Status: For the
purpose of this acquisition, the size standard is 500 employees (SIC
8731). 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 the
acquisition. 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 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. Proposals must reference the
above PRDA number. Proposals shall be submitted in an original and five
copies. All responsible sources may submit a proposal which shall 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 furnished with supporting schedules and shall
contain a personhour breakout per task. Copies of the above-referenced
guide may be obtained from the contracting office cited. 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 work 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. 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 D Form 2345, Export-Controlled Technical Data
Agreement with their proposal. Any questions concerning the technical
proposal or SOW preparation shall be referred to the Technical Point of
Contact cited in this announcement. 4) Page Limitations: The technical
proposal shall be limited to 50 pages (12 pitch or larger type),
double-spaced, single-sided, 8.5 x 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
limitations, however, offerors are requested to keep cost proposals to
50 pages as a goal. 5) Preparation Cost: If selected for negotiations,
qualifying offerors will be required to submit a subcontracting plan.
This announcement does not commit the Government to pay forany 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 award will
be based on an evaluation of an offeror's response (both technical and
cost aspects) to determine the overall merit of the proposal in
response to the announcement. The technical aspect, which ranks as the
first order of priority, shall be evaluated based on the following
criteria in descending order of importance: (a) soundness of proposed
technical approach, including proposed statement of work; (b) new and
creative approaches; (c) the offeror's past experience in the
development of repair technologies; (d) the offeror's understanding of
the scope of the work; and (e) the availability of qualified personnel
and facilities. Cost and/or price, which includes consideration of
proposed budgets and funding profiles, is substantial factor, but
ranked as the second order of priority. No other evaluation criteria
will be used. The technical and cost information will be evaluated at
the same time. 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 nonprofit
institutions or cooperation agreement, in lieu of a contract, will be
considered and will be subject to the mutual agreement of the parties.
The government reserves the right to award any resulting contract
pursuant to the Research and Development Standared Contract format in
DFAR 235.70. F-POINTS OF CONTACT: 1) Technical Contact Point: Engineer,
Patricia L. Stumpff; Wright Patterson Air Force Base, OH 45433-6533,
(937) 255-7482. 2) An Ombudsman has been appointed to hear concerns
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
concerns, issues, disagreements, and recommendations to the appropriate
government personnel. When requested, the Ombudsman will maintain
strict confidentiality as to the source of the concern. The Ombudsman
does not participate in the evaluation of proposals or in the selection
decision. Interested parties are invited to contact Mr. Michael S.
Coalson, ASC/SYI, telephone (937) 255-5535, ext 232, E-mail
coalsoms@sy.wpafb.af.mil. All routine communication concerning this
acquisition should be directed to Lynne Imhoff, Contracting Officer,
WL/MLKN, Bldg 7, 2530 C Street, Wright Patterson AFB, OH 45433-7607,
telephone (937) 255-5051, E-mail imhofflm@wl.wpafb.af.mil.
Contracting/Cost Point of Contact: Questions related to the
contract/cost issues should be directed to Wright Laboratory,
Directorate of Research and Development Contracting; Lynne Imhoff,
WL/MLKN, Wright Patterson Air Force Base Air Force Base, OH 45433-7642,
(937) 255-5051. (0293) Loren Data Corp. http://www.ld.com (SYN# 0003 19971022\A-0003.SOL)
A - Research and Development Index Page
|
|