Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1997 PSA#1992

R&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