Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29,1998 PSA#2021

R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607

A -- MIXED ANION HETEROSTRUCTURE MATERIALS SOL PRDA #98-31-MLK DUE 031798 POC Ms. Pamela J. Covey, Contract Negotiator, WL/MLKN, (937) 255-5051 E-MAIL: click here to contact the contract negotiator, coveypj@wl.wpafb.af.mil. INTRODUCTION: Wright Laboratory (WL/MLKN) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this PRDA shall be received by 98MAR17, 1500 hours Eastern Time, addressed to Wright Laboratory, Directorate of R&D Contracting, Building 7, Area B, Attn: (Pamela J. Covey, WL/MLKN) 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 permit subsequent submission of proposal dates. Offerors should request a copy of the WL Guideentitled, "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 the Contracting Office Point of Contact stated above. The Guide is also available on-line on www.wl.wpafb.af.mil/contract. B-REQUIREMENTS: (1) Technical Description: The purpose of this effort is to develop reproducible, predictable high quality epitaxial growth processes for III-V semiconductor heterostructures with mixed anion components, that is, heterostructures wherein the group V anion changes across the heterostructure interface. The program will be restricted to high vacuum growth techniques such as molecular beam epitaxy (MBE) or chemical beam epitaxy (CBE) and will not include group III-nitride semiconductors. Material systems of interest include as examples InGaAs/InP and InAs/GaSb. Other systems may be proposed. The emphasis of the program will be on development of reproducible production worthy processes as opposed to basic research. Three tasks to be addressed are modeling of the growth processes, process development and epitaxial growth of heterostructures, and characterization and evaluation of heterostructures. The goal of the program is to develop atomically abrupt and atomically smooth interfaces without cross contamination of group V elements over wafers with a minimum diameter of three inches. This technology will be enabling for improved device performance in high frequency microwave and millimeter wave devices such as heterostructure field effect transistors (HFET's) and heterojunction bipolar transistors (HBT's). Device design and development will not be included in the program but fabrication and testing of existing devices for demonstration of improved performance is encouraged. (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's Billing Voucher, DI-MISC-80711/T, monthly; and (g) Scientific and Technical Reports, DI-MISC-80711/T (Draft and Reproducible Final); (h) sample material, yearly. (3) Security Requirements: Unclassified. (4) Other Special Requirements: It is possible that data generated or delivered in performance of this contract will be controlled by the International Traffic in Arms Regulation (ITAR). C -- ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 48 months with an additional 5 months for processing/completion of the final report. (2) Expected Award Date: Aug-Sep 98 time-frame. (3) Government Estimate: The Government funding profile is estimated to be as follows: FY 98 -- $ 5K, FY 99 -- $ 319K, FY 00 $ 325K, FY 01 -- $ 275K, FY02—$ 275K, FY03 -- $ 26, Total = $ 1.225M. 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) and 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 the 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. Proposal must reference the above PRDA number. In an effort to move toward paperless contracting, you are asked to submit your cost and technical proposals via electronic means on computer disk or CD ROM. Please note that classified information shall NOT be submitted on disk. If proposals are not submitted on computer disk or CD ROM, they shall be submitted in an original and five copies. If proposals will be submitted by electronic means, submit 2 hard copies and 2 electronic copies. The disks shall be 3 1/2 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: It has been determined that Adequate Price Competition is applicable to this effort as the price will be a substantial factor for award; the accompanying cost proposal/price breakdown shall be furnished with supporting schedules and shall contain a person-hour breakdown per task. (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 approved DD Form 2345, Export-Controlled DOD Technical Data Agreement with their proposal. Offerors are encouraged to contact Defense Logistics Agency at 800-352-3572 on how to process the DD Form 2345 for approval. 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 larger requirement shall be satisfied by setting the type (point) size at 10 or smaller, or setting the font size at 10 or higher. 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 limitations, however, offerors are requested to keep the cost proposals to 75 pages as a goal. The electronic version of the cost proposal shall be readable by Microsoft Excel for Windows version 5.0. (5) Preparation Cost: If selected for negotiations, qualifying offerors may be required to submit a subcontracting plan. 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 to 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 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 materials, materials development, and prior government contracts. (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 and is 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 cooperative 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 Standard Contract format in DFARS 235.70. SEE Note 26. F -- POINTS OF CONTACT: (1) Technical Contact Point: Engineer, Dr. William C. Mitchel, Wright-Patterson AFB, OH 45433-6543, email: mitchewc@ml.wpafb.af.mil, phone (937) 255-4474 ext. 3252. (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 contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. All potential offerors should use established channels to voice concerns before resorting to use of the Ombudsman. 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. Stephen J. Plaisted, ASC/SYI, 1790 10th Street, Room 102.01, Wright-Patterson AFB OH 45433, telephone (937) 255-9095/5535, e-mail address is stephen.plaisted@ascsy.wpafb.af.mil. All routine communication concerning this acquisition should be directed to Pamela J. Covey, Contract Negotiator, WL/MLKN, Bldg. 7, 2530 C Street, Wright-Patterson AFB OH 45433-7607, telephone (937) 255-5051/4828; E-mail address is coveypj@wl.wpafb.af.mil. (0027)

Loren Data Corp. http://www.ld.com (SYN# 0004 19980129\A-0004.SOL)


A - Research and Development Index Page