|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1997 PSA#1992R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- LIFE PREDICTION METHODOLOGIES FOR AEROSPACE MATERIALS SOL PRDA
NO# 98-32-MLK DUE 020398 POC Contact Brian Koontz, Contract Negotiator,
(937) 255-5830 or Mr. Philip R. Nelson, Contracting Officer, (937)
255-5830 WEB: Click here to view the supplemental package,
http://www.wl.wpafb.af.mil/contract/hp.htm. INTRODUCTION: Air Force
Research Laboratory (AFRL/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 received by 3 February 1998, 1500 hours,
local time, addressed to Air Force Research Laboratory, Directorate of
R&D Contracting, Area B, Building 7, 2530 C Street, ATTN: Brian
Koontz, WL/MLKM, Wright-Patterson AFB, OH 45433-7607. Although the
normal proposed response time for a PRDA is forty-five days from
issuance, the Contracting Officer is allowing additional time from
issuance because of the Christmas/New Year's holidays. 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 copyof 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 Air Force Research
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
Brian Koontz, WL/MLKM, Bldg 7, Area B, 2530 C Street, Wright Patterson
AFB, OH, 45433-7607, telefax (937) 255-9217. Please provide written
requests to Mr. Koontz only if you are unableto download the
information from the Home Page. B -- REQUIREMENTS: (1) Technical
Description: The objective of this effort is to develop a comprehensive
understanding of the mechanics and physics of damage accumulation and
failure of aerospace materials under anticipated usage conditions in
order to: (1) develop life prediction methodologies necessary to ensure
in-service reliability and maintainability; (2) provide the technology
required to characterize material behavior for purposes of component
design and field usage; and (3) guide the development of new materials
to achieve an optimum balance of properties for their intended use.
Although the effort could conceivably cover a broad range of materials,
concentration on existing and emerging elevated temperature aircraft
engine materials is of primary interest. Specific and relevant lifing
issues must be carefully selected to maximize the impact of this effort
on current and future Air Force systems. For example, life prediction
of components experiencing combined low cycle and high cycle fatigue,
aging aircraft issues, and issues related to the transition of new,
advanced materials into reliable engine components could significantly
impact current and future Air Force systems. To make advances in these
areas, several technical requirements are evident. First, relevant
material systems need to be identified for their applicability and
sensitivity to specific life prediction problems. Materials with
widespread use and pervasive reliability and maintainability problems
require immediate attention. In addition, advanced materials with
significant performance payoff (when implemented) need to have sound
life prediction methodologies developed and demonstrated. Potential
material systems should include titanium, nickel-based super-alloys,
titanium and titanium aluminide matrix composites, ceramic matrix
composites and advanced intermetallics. Second, the underlying cause of
limitations in the state-of-the-art life prediction technology must be
identified. Among other reasons, shortfalls in existing technology can
be traced to an insufficient understanding of the mechanisms of
material degradation, deformation and failure under service conditions.
Accurate descriptions of these gaps in understanding need to be
identified. Third, experimental investigations, both destructive and
non-destructive, must be carefully designed and implemented to isolate
and study the relevant mechanisms under simulated service
environments. Investigations are needed to provide an improved
understanding of the underlying physics of the problems. Fourth, new
and improved mathematical models are needed which describe the observed
behavior and the mechanisms of degradation, deformation and failure.
Fifth, the capability of the improved models need to be qualitatively
demonstrated relative to existing capability. Proof of an improved
understanding of the material behavior is established by demonstrating
an improved predictive capability. Finally, effective methods are
needed to transition the new technology to Air Force suppliers and
customers for immediate application and pay-off. (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 contract
(Draft and Reproducible Final Version) (g) Scientific and Technical
Reports,, Interim Reports, DI-MISC-80711/T, at 12 MAC, 24 MAC, 36 MAC
and 48 MAC (Draft and Reproducible Final Version), (h) Project Planning
Chart, DI-MGMT-80507 A/T, monthly, (I) Test Plans/Procedures,
DI-NDTI-80808/T, as required, and (j) Scientific and Technical Reports,
DI-MISC-80711/T, as required for Raw Test Data and Reduced Test Data.
(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
sixty (60) months. The contract will also include an additional five
(5) months for processing/completion of the final report. (2) Expected
Award Date: 01 JUN 1998. (3) Government Estimate: The Government
funding profile is estimated to be as follows: FY98 -- $727K, FY99 --
$1739K, FY00 -- $1805K, FY01 -$1853K, FY02 -- $1908K, FY03 -- $1312K.
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: It is
anticipated that a cost effective proposal will rely extensively on the
effective utilization of available Government Furnished Property.
Government Furnished Property for this program includes a Mechanical
Test Facility at WPAFB and materials to be used as test specimens. The
Government shall provide, on a no charge-for-use basis, through the
auspices of the Air Force Research Laboratory, the full-time use of the
Metals, Ceramics & NDE Division Mechanical Test Facility, located in
Building 655, Area B, Wright-Patterson AFB for performance of the
specified work. The accountability of the equipment shall remain with
the Air Force Research Laboratory. The capabilities of the facility are
as specified on the attached. The offeror shall be responsible for
maintenance and calibration of any equipment used during their effort.
Maintenance and calibration shall be in accordance with Appendix I
"Schedule of Maintenance, Calibration, and Repair". Quantities of
materials for test specimens will be provided as required to complete
the proposed evaluations. A listing of the available Government
Furnished Property and Base Support, as well as Appendix I "Schedule of
Maintenance, Calibration, and Repair" can be accessed via the AFRL R&D
Contracting Home Page described in Section A of this announcement. (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 cooperative agreement or 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. (10) The facility will be open
on December 18, 1997 from 9:00 am to 12:00 pm for potential contractor
walk-through. Interested sources should indicate their intention to
attend by providing written notice to Brian D. Koontz (telefacsimile
(937) 255-9217) no later than COB December 17, 1997. This notice should
include the individuals' names and their titles of those expected to
attend. Participation is limited to five (5) attendees per offeror.
Responses should include the following: (1) Description of team
background and experience related to the above areas and (2) Discussion
of any recent efforts which have been accomplished in the specific
research area to indicate that the offeror is a qualified source.
Attendees will report to the Visitor's Office, Gate 1B, Area B. Early
arrival will be necessary due to military exercises scheduled for the
month of December. 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 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 AFRL 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, fold-outs, 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 inFAR 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 the
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) the offeror's
selection of relevant materials and specific life prediction problems
(b) the offeror's demonstrated understanding of the scope of the
problem and selected new and creative solutions to the problem (c)
soundness of offeror's technical approach including the degree to which
it integrates the experimental and analytical research program to meet
the objectives; (d) the offeror's plan for effective utilization of
available government furnished property/base support in the conduct of
the research (e) the availability of qualified technical personnel and
their experience with applicable technologies and technologies critical
to the Air Force; and (f) organization, clarity, and thoroughness of
the proposed Statement of Work. Cost and/or price, 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, Jay R. Jira, WL/MLLN, Bldg 655, 2230 Tenth Street,
Suite 1, WPAFB, OH 45433-7817, (937) 255-1358. (2) Contracting/Cost
Point of Contact: Questions on contractual and cost issues should be
directed to the Air Force Research Laboratory, Directorate of Research
and Development Contracting, Brian Koontz, WL/MLKM, Building 7, 2530
C Street, Wright-Patterson AFB, OH 45433-7607 (937) 255-5830. 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 Program Director or Contracting Officer, but to
communicate contractor concerns, issues, disagreements and
recommendations to the appropriate government personnel. When
requested, the Ombudsman shall 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. 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. Michael S. Coalson,
ASC/SYI Bldg 52,. 2475 K St, Suite 1, Wright-Patterson AFB, OH
45433-7642, E-Mail coalsoms@sy.wpafb.af.mil, phone 937-255-5535. All
routine communications concerning this acquisition should be directed
to Brian Koontz, Contract Negotiator, WL/MLKM, Bldg 7, 2530 C Street,
Wright-Patterson AFB, OH 45433-7607, telephone 937-255-5936. H -- NOTE
26: Based upon market research, the Government is not using the
policies contained in Part 12, Acquisition of Commercial Items, in its
solicitation for the described supplies or services. However,
interested persons may identify to the contracting officer their
interest and capability to satisfy the Government's requirement with a
commercial item within 15 days of this notice. (0345) Loren Data Corp. http://www.ld.com (SYN# 0003 19971215\A-0003.SOL)
A - Research and Development Index Page
|
|