|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23,1998 PSA#2017R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- IMPROVED THERMAL CONTROL SURFACE MATERIALS SOL PRDA #98-38-MLK
DUE 031998 POC Contact Tony Lomelin, Contract Negotiator, 937-255-5051
E-MAIL: click here to contact the contract negotiator,
lomelinaj@wl.wpafb.af.mil. INTRODUCTION: Air Force Research Laboratory
(AFRL/MLKN) 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 19 March 1998, 1500 hours Eastern Time, addressed to Air Force
Research Laboratory, Directorate of R&D Contracting, Building 7, Area
B, Attn: (Capt. Tony Lomelin, WL/MLKN), 2530 C Street, 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 and time specified
herein shall be treated in accordance with restrictions of FAR
52.215-1(c)(3);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 be published. Offerors should request a copy
of the WL Guide entitled, "PRDA and BAA 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 WL/MLKN, Wright-Patterson AFB, OH 45433-7607 telephone
(513) 255-5051. The Guide is also available on the internet, address:
www.wl.wpafb.af.mil/contract/prdag.htm. B -- REQUIREMENTS: (1)
Technical Description: The purpose of this program is to develop
innovative new approaches to thermal control surface materials as high
payoff alternatives to traditional coating or optical solar reflector
systems for current and future space system use. The Contractor shall
supply at least five (5) 15/16 inch to 1 inch diameter specimens of
each materials concept for initial screening and at least twenty (20)
15/16 inch to 1 inch diameter specimens of each final materials
solution for testing by the government in a mid to high earth simulated
orbit environment (no atomic oxygen). This testing will be performed by
the government utilizing the AFRL/MLBT operated Space Combined Effects
Primary Test and Research (SCEPTRE) facility and test results will be
provided back to the Contractor. For technical details of the SCEPTRE
facility contact the technical contact: Patrick Carlin, AFRL/MLBT,
2941 P. Street, Suite 1, Wright-Patterson Air Force Base, OH
45433-7750, (937) 255-9022.. All other necessary testing (including
atomic oxygen) will be provided by the contractor. Potential
technologies to be explored include but are not limited to: thin film
technologies, polymer film technologies, sol-gel technologies, rugate
filter technologies, as well as improved methods of traditional
application methods. The materials developed under this program are not
limited to coatings, but may include bonded optical solar reflectors,
integral optical solar reflectors, film/membrane concepts, integral
structural concepts, and other innovative concepts. Thermal control
coatings are required to regulate the temperature of spacecraft
systems. Problems exist with current state of the art thermal control
surface materials (thermal control coatings and optical solar
reflectors). Some of these problems include: insufficiently low
beginning of life solar absorptance, insufficiently high thermal
emittance, poor space stability (UV, electron, proton, vacuum, atomic
oxygen), poor durability and handleability, poor adherence to
substrates, poor cleanability, insufficient flexibility, too costly,
insufficient or uncertain supply, poor reproducibility, difficult
application, insufficient conductivity, poor thermal cycling behavior,
excessive weight, and EPA regulations and restrictions. Past programs
have attempted to address some of these issues with partial success.
However, no solutions exist that can address most or all of the issues.
Additionally, new requirements for thermal control surface materials
must be addressed for new spacecraft concepts. These concepts include:
all composite structures, small high thermal density spacecraft,
inflatable or membrane structures, and optically switchable thermal
control coating systems. (2) Deliverable Items: The following
deliverable data items shall be proposed: (a) R&D 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-ADMIN-81373/T, as required;
(f) Scientific and Technical Reports, Contractor's Billing Voucher,
DI-MISC-80711/T, monthly.; and (g) Scientific and Technical Reports,
DI-MISC-80711/T, (Draft and Reproducible Final). (3) Security
Requirements: None. This is an unclassified program. (4) Other Special
Requirements: International Traffic in Arms Restrictions Apply. C --
ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The
total length of the technical effort is estimated to be 30 months. The
contractor shall also provide for an additional 4 months for
processing/completion of the final report. (2) Expected Award Date:
August 1998 with a contract start date of 1 Nov 1998. (3) Government
Estimate: The Government funding profile is estimated to be as follows:
FY98 -- $10K, FY99 -- $200K, FY00 -- $200K, FY01 -- $90K. 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: None contemplated. (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 this acquisition.
D-PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors
should apply the restrictive notice prescribed in the provision at FAR
52.215-1(e), 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, Proposals must reference the above PRDA number.
Proposals shall be submitted in an original and five copies. In an
effort to move toward paperless contracting, you are encouraged to
submit your cost and technical proposals via electronic means via
computer disk or CD-ROM. Please note that classified information shall
NOT be submitted on disk. If proposals will be submitted by electronic
means, submit theoriginal, one paper copy, and three electronic copies.
The disks shall be 31/2 inch high density disk or CD ROM. 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 person-hour breakdown 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. Public
Law 98-94 applies. 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 by 11 inches. If electronic means are
used, it shall be readable by Microsoft Word for Windows, version 6.0.
The double spacing requirements shall be satisfied by Microsoft Word's
double spacing method and the 12 pitch or smaller requirement shall be
satisfied by setting the Microsoft Word for Windows type size (point)
at 10 or larger. 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: 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 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 is ranked as
the first order of priority, shall be evaluated based on the following
criteria which are of equal importance: (a) new and creative solutions;
(b) the offeror's understanding of the scope of the technical effort;
(c) soundness of offeror's technical approach; (d) the availability of
qualified technical personnel and their experience with applicable
technologies; (e) the offeror's past experience with applicable
spacecraft thermal control coating and / or optical coatings/ thin
films technologies; and (f) organization, clarity, and thoroughness of
the proposed SOW. Cost and/or price, which includes consideration of
proposed budgets and funding profiles, is a substantial factor, but
ranks as the second factor. 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 or
grant any, all, part, or none of the proposals received. Award of a
grant, in lieu of a contract, to universities and nonprofit
institutions 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
Standard Contract format in DFARS 235.70. See Note 26. F-POINTS OF
CONTACT: (1) Technical Contact Point: Engineer, Patrick Carlin,
AFRL/MLBT, 2941 P. Street, Suite 1, Wright-Patterson Air Force Base, OH
45433-7750, (937) 255-9022. (2) An ombudsman has been appointed to hear
concern from offerors or 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. Interested
parties are invited to contact Mr. Stephen J. Plaisted, ASC/SYI, 1790
10th Street, Rm 102.01 Wright Patterson AFB, OH telephone (937)
255-5535, E-mail stephen.plaisted@ascsy.wpafb.af.mil. All routine
communication concerning this acquisition should be directed to Lynne
Imhoff, Contracting Officer, telephone (937) 255-5051. (3)
Contracting/Cost Point of Contact: Questions related to the
contract/cost issues should be directed to the Wright Laboratory,
Directorate of Research and Development Contracting, Capt. Tony
Lomelin, WL/MLKN, Bldg 7, 2530 C Street, Wright-Patterson Air Force
Base, OH 45433-7607, (513) 255-5051. (0021) Loren Data Corp. http://www.ld.com (SYN# 0006 19980123\A-0006.SOL)
A - Research and Development Index Page
|
|