Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 10,1997 PSA#1969

ASC/PKW, Bldg 1, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309

R -- MAINTENANCE AND FABRICATION OF EXPERIMENTAL PROCESSING AND TEST EQUIPMENT SOL F33601-98-R9003 DUE 120297 POC Cindy Marion, (937) 257-5841 ext. 4240 E-MAIL: marioncl, marioncl@pkwsmtp.wpafb.af.mil. The Air Force is seeking sources capable of performing this requirement. Interested sources should submit a capability package to ASC/PKWOV, ATTN: Cindy Marion, 1940 Allbrook Drive, Ste 3, Wright-Patterson AFB, OH 45433-5309 no later than 2 DEC 97, and should indicate their size status. The Standard Industrial Classification code for this acquisition is 8711. Therefore, the size standard is $20M. This requirement is to provide all personnel, equipment, tools, materials, supervision and on-other items and services to perform non-personal, on-site engineering support for the in-house research and development (R&D) programs of Air Force Research Laboratory, Aerospace Components and Subsystems Technology Division (AFRL/SND), located at Wright-Patterson Air Force Base, OH 45433. In addition, The contractor will be required to provide the personnel for on-site support services to supplement the R&D activities and programs being conducted in, using, or requiring the capabilities of AFRL/SND facilities. The facilities used to conduct the R&D programs at AFRL/SND include but are not limited to: the Microelectronic Device Research Facility, the Semiconductor Material Growth Facility, the Semiconductor Materials Characterization Facility, the Multi-Chip Packaging Lab, the Microelectronic Device Simulation and Circuit Design Facility. LABOR CATEGORIES: It is estimated that various experience levels in the following labor categories will be used: Clean Room Supervisor, Electronic Technicians, System Engineers, Junior Electronic Technicians, Engineering Technicians, Program Manager, Senior Project Engineer, System Engineers, Computer System Analyst, and Computer Programmer. SERVICES REQUIRED: The support required is associated with the design, development, verification/validation, fabrication, modification, calibration, repair, preventative maintenance, data documentation/acquisition, operation/assembly, and test of electronic, electrical, mechanical, optical, and software systems used to support the R&Dconducted by AFRL/SND facilities. Included in this requirement is the generation of audio/visual presentation material. A large portion of the systems and equipment of the facilities is experimental and one-of-a-kind. The contractor will be required to procure materials, sub-contracting, consultants, equipment (including hardware and software), and/or machines. The engineering support services are required to supplement the research activities, development programs, technology transition and advocacy activities conducted by AFRL/SND personnel and to keep the systems and equipment of the various facilities of AFRL/SND operating properly. The following are some examples of the current R&D programs and activities of the AFRL/SND facilities: a. Advanced Development Programs: Miniature Microwave Digital Receivers, Minimum Component Transmit/Receive Multi-Chip Module, Advanced Millimeter Wave Power Modules, and Heterojunction Bipolar Transistor Technology Transfer b. Exploratory Technology: Protective Coatings, Electrical/Electromagnetic Modeling and Simulation, Advanced Microelectronic Chip Packaging Concepts, Packaging for Advanced Analog-To-Digital Converters/Receivers, High Speed Analog-to-Digital Converter for Retrofit Avionics, High Speed Circuits Radar and Electronic Warfare, High Performance Memory for Digital RF Memory, Multi-Functional Integrated Circuit Development, High Speed Gallium Indium Phosphide HBT/Heterojunction Field Effect Transistor Device Investigation, III-V High Speed, High Temperature Electronics, Microsensors/Actuators, Micromachining for Millimeter Wave Circuits, S-Band Power Transistor, Microwave and Millimeter Wave Comp Design and Fabrication, III-V Semiconductor, III-V Device Processing and Evaluation, Millimeter Wave Filters, Solid State Microwave Power, Vacuum Microelectronics, Radio Frequency Design and Evaluation, Ultraviolet Gallium Nitride Detectors on Alternate Substrates, Semiconductor Quality Gallium Aluminum Nitride, III-V Semiconductor Growth and Characterization, High Performance Ultraviolet Detectors, Aluminum Gallium Nitride Detector for Missile Warning Application, Gallium Nitride/Aluminum Galiium Nitride Charge Coupled Devices for Ultraviollet Imaging, Optoelectronics for Electronics Enhancement, High Throughput Patterning, Advanced Optical Interconnect Technology, and Polymer Optical Interconnect Technology. c. Basic Research and Development: Electromagnetic Computer Aided Design for Advanced Microwave Packaging, Barrier Metals Development, Semiconductor Device Research, Microelectronic Device Development and Evaluation, High-Speed, High-Temperature Semiconductor Lasers, and Material Growth and Characterization. GOVERNMENT FURNISHED: The contractor will be provided the office/work space, on-base telephones, basic utilities, and access to ARFL/SND test equipment and hardware. REQUIRED QUALIFICATIONS: The following positions require the contractor to provide personnel with multiple technical skills to meet the technical requirements. A different mix of personnel and technical skills is acceptable as long as all technical areas of the 4 positions are covered. a. Clean Room Supervisor Requirements -- The on-site supervision of a Class 100 laboratory to produce novel high performance electronic devices. The Clean Room Supervisor will be responsible for overseeing all operation, maintenance, upgrades and repair of systems and equipment of the lab. This responsibility shall include, but not be limited to, hazardous material storage and disposal, environmental control, deionization water system, vacuum and compressed air pumps. The supervisor will provide basic clean room and hazardous material training to new personnel. Qualifications -- This category of personnel must have ten (10) years experience related to the specific requirements. Technical experience must be in, or closely related to, the more advanced and complex specialized equipment and systems. b. Senior Clean Room Technician Requirements -- The Senior Technician is required to support the specialized process areas in the Device Research facility of reactive ion etching, plasma enhanced chemical vapor deposition, thermal processing, photolithography and profilometry. The Senior Technician will be responsible for development of new process technologies, maintenance and repair of systems, training scientists and engineers on the use of equipment and processes. Qualifications: This category of personnel must have ten (10) years experience related to the specific requirements. Technical experience must be in, or closely related to, the more advanced and complex specialized equipment and systems. c. Computer Systems Administrator Requirements: The systems administrator will be responsible for analysis and operations management of the Division's workstation, personal computers, and networks. Expert knowledge of the following is required: UNIX, Windows NT and Macintosh OS. Specific responsibilities are to set up computer systems and networks for operation, "tune" them for local requirement; install operating system upgrades, third party application software, and other utilities; manage system users by providing connection to the network servers and printers. Qualifications: This category of personnel must have a BS in Computer Science or diplomas representing four (4) years of formal education in a college, trade school, or military technical training program with ten (10) years experience related to the specific requirements. Technical experience must be in, or closely related to, the more advanced and complex specialized equipment and systems. (d) Program Manager Qualifications: The program manager will be responsible for the on-base administration of the contract. Additional duties include he delivery of direct materials to the work sites, delivery and receipt of the monthly vouchers, time cards, service reports, etc. in a timely manner. This category of personnel must have an associate's degree or equivalent from an accredited institution and five (5) years experience in operation and management contracts. This position requires a working knowledge of DoD service and maintenance contracts and a working knowledge of government FARS and DFARS. This position will be manned 20% of the time. In response to this notice, offerors shall submit a capability statement consisting of the following: (a) Technical: Statements describing experience in the operations and management of a large (>3000 square feet) class 100 device fabrication laboratory o statements describing the offeror's plan to acquire this capability. Also, statements describing experience in the design, assembly and operation of a multi-platform networked computer system for research and development or statements describing the offeror's plan to acquire this capability. References shall be included. (b) Financial: evidence of a sound credit rating to ensure that materials purchase capability will not be slowed or otherwise compromised. (c) Management: statements describing experience in purchasing under the government FARS and DFARS. Capability packages are not to exceed 25 pages; over 25 pages will not be considered. Technical and financial information is of primary concern, due to page limitation, advertising or marketing information is NOT appropriate. Interested parties should direct all communications of a technical nature to Chris Bozada, (937) 255-1874, extension 3458. Personal visits to discuss this project will not be scheduled. Submit non-technical inquires concerning this acquisition to Cindy Marion, Contract Specialist, (937) 257-5841, extension 4240, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH 45433-5309. See numbered Note 25. "Mr. Michael S. Coalson has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contact (Cindy Marion, (937) 257-5841 ext. 4240]. When requested the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Coalson can be reached at (937) 255-5535, extension 232." (0310)

Loren Data Corp. http://www.ld.com (SYN# 0068 19971110\R-0014.SOL)


R - Professional, Administrative and Management Support Services Index Page