Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1997 PSA#1956

R&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