|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5,1998 PSA#2026Munitions Contracting Division (AFRL/MNK), Building 13, 101 West Eglin
Boulevard, Suite 337, Eglin AFB, FL 32542-6810 A -- ARMAMENT TECHNOLOGIES (PART 2 0F 2) SOL BAA No. MNK-98-0001 POC
Contact Jean M. Pulley, Contracting Officer, (850) 882-4294, ext 3402
CONTINUATION OF PREVIOUS SYNOPSIS for Munitions Directorate of the Air
Force Research Laboratory, Eglin AFB. HIGH SURFACE AREA ELECTRODE
RESEARCH -- High Surface Area (HSA) materials are substances having a
high degree of microscopic porosity or surface roughness and exhibiting
greater than 100 sq. meters/gram active surface area when gas
absorption testing is employed. Catalysts in HSA form can accelerate
rates of chemical reaction. Electrically conductive HSA materials can
serve as high-capacitance electrodes in double layer charge storage
devices or as dimensionally stable anodes required for processing
corrosive liquids. Basic research in the area of conductive HSA
materials is needed to provide a stronger basis for future high energy
density capacitor design. Recent work has focused upon the development
of ruthenia-based HSA coating thermally grown on titanium foil from
chloride dipping solutions. Long term studies concern other transition
metal compounds (molybdenum nitrides and borides are prime candidates)
as coatings formed by hot spraying of metal chlorides from dilute
solvent solution in a non-oxidizing ambient. Such studies also address
HSA electrode suitability and performance in capacitors using any of
a variety of electrolytes. Dr. Scott Roberson, AFRL/MNMF, 850-882-9257
ext. 219, Fax: 850-882-2707 DOPED NANOPARTICULATE SILICON ELECTRONIC
DEVICE RESEARCH -- Military and commercial applications are anticipated
concurrent with development of nanoparticulate silicon device
technology. Unique electronic and optical behavior has been observed
from nanoparticulate silicon P/N junctions, presumably due to the
presence of numerous intraband surface states which do not exist in
conventional bulk silicon devices. Although small quantities of undoped
nanoparticulate silicon (with average particle diameter from 20 to 200
nm) have been produced commercially, uniformly doped silicon
nanoparticles (having from 1017 to 1020 dopant atoms per cubic
centimeter of silicon) have not been readily available.Consolidation of
nanoparticles via blending with polymer material is by no means
trivial, and existing procedures require further development to
facilitate fabrication of useful nanoparticulate electronic junction
devices. Applications are foreseen in the area of high efficiency
photovoltaic infrared/optical photon detection and energy conversion.
Dr. Duane Finello, AFRL/MNMF, 850-882-9257 ext. 227, Fax: 850-882-2707,
e-mail: finello@eglin.af.mil WEAPON DESIGN AND ANALYSIS METHODOLOGY
RESEARCH -- The performance assessment and development of advanced
conventional weapon systems requires the capabilities to model and
evaluate complex weapon/target interaction phenomena and to predict
environments produced by impacting, penetrating, and detonating
warheads. Modeling may be achieved with simplified engineering models,
system/subsystem analysis codes, or continuum mechanics codes
emphasizing high fidelity weapon modeling. Areas of particular interest
include penetration mechanics, high strain rate fracture dynamics and
constitutive modeling, fragmentation, and high pressure/high strain
rate modeling of geologic and geologically derived materials, and
advanced numerical methods. Theoretical, computational and experimental
projects that specifically address physical understanding of the
problems of interest are the goal. Dr. Dave M. Belk, AFRL/MNAC,
850-882-3124, ext 3350, Fax: 850-882-2201, email: belk@eglin.af.mil
FACILITY DENIAL TECHNOLOGY -- The Integration Branch (MNMI) of the
Munitions Directorate (MN) of the Air Force Research Laboratory (AFRL)
is interested in development of counterforce munitions designed to
defeat weapons of mass destruction (WMD) production and storage
facilities. Defeat is defined as denied use of WMD for a specific
period of time, if not permanently, with minimal collateral casualties.
Past activities have investigated thermal and chemical neutralization
of biological and chemical agents located in soft above ground
production and storage facilities, and above and below ground hardened
production and storage facilities. The approach was to physically
damage the target and neutralize any released chemical or biological
agent. The resulting munition concepts tended to be limited in their
application to either chemical or biological targets, soft or hardened
targets, and the limited quantity of neutralizer (payload) carried
within possible configurations. The Agent Defeat Team is interested in
innovative and more robust approaches to achieving denial while
minimizing collateral casualties. The ideal munition is effective
against both chemical and biological agents. It may require different
packaging and delivery for the soft and hardened facilities. Although
any innovative research in the agent defeat area is solicited, the Team
is especially interested in denial technologies. Weaponization is best
achieved by packaging within existing and planned Air Force warhead
envelopes that interface with existing and planned weapons. Mr. Kirk
Herzog, AFRL/MNMI, 850-882-2141 ext. 2219, FAX: 850-882-9790, email:
herzog@eglin.af.mil PART II -- PROPOSAL EVALUATION A. Proposals
submitted in response to this BAA will be evaluated as received using
the factors given below. The factors are listed in descending order of
importance. No further evaluation criteria will be used in selecting
the proposals. 1. The overall scientific and/or technical merits of the
proposal, the potential contributions of the effort to the AFRL/MN
mission and the extent to which the research effort will contribute to
balancing this directorate's overall research program. 2. The
offeror's capabilities, related experience (to include past and present
performance), facilities, techniques, or unique combinations of these
which are integral factors for achieving the proposal objectives. 3.
The qualifications, capabilities, and experience of the proposed
principal investigator, team leader, and other key personnel who are
critical to achieving the proposal objectives. 4. The reasonableness
and realism of proposed costs and fees if any, the proposed cost share
by the offeror if any, and the availability of funds. B. Upon receipt
of a proposal, the AFRL/MN technical staff will perform an initial
review of its scientific merit and potential contribution to the Air
Force mission and also determine if funds are expected to be available
for the effort. Proposals not considered to have sufficient scientific
merit or relevance to Air Force needs, or those in areas for which
funds are not expected to be available, may be declined without further
review. C. It is the policy of AFRL/MN to treat all proposals as
privileged information prior to award, and to disclose the contents
only for the purposes of evaluation. Proposals not declined as a result
of initial review will be subject to an extensive evaluation by highly
qualified scientists from within the Government. The offeror must
indicate on the appropriate form any limitation to be placed on
disclosure of information contained in the proposal. D. Each proposal
will be evaluated based on the merit and relevance of the specific
research proposed as it relates to the overall AFRL/MN program, rather
than against other proposals for research in the same general area.
PART III -- PROPOSAL PREPARATION A. Each proposal submitted should
consist of two volumes. Volume 1 should provide the technical proposal
and Volume 2 should address the price/cost portions of the proposal.
Volume 1 should be limited to a total of 50 pages, including resumes,
charts, figures, tables, etc. Pages in excess of the specified 50 pages
will be removed and returned to the offeror before evaluation starts.
A page is defined to be one side of a 8.5 x 11 inch piece of paper with
information on it. Minimum print size is 10 point type, or 12 pitch.
Every proposal shall have at least one copy submitted on disc.
Proposals submitted on disk are to be formatted as follows: Microsoft
Office 95 (word version 7, excel version 7). Note: The preferred format
for proposals is via electronic means, whether on disc or via e-mail.
B. The technical portion of the proposal, Volume 1, should contain the
following: 1. A title and abstract that includes a concise Statement
of Work and basic approaches to be utilized. The Statement of Work
should indicate the effort intended for each period of research. 2. A
reasonably complete discussion stating the background and objectives of
the proposed work, the approaches to be considered, and the resources
to be employed. Include also the nature and extent of the anticipated
results, and if known, the manner in which the work will contribute to
the accomplishment of the agency's mission. 3. The names, brief
biographical information, and a list of recent publications of the
offeror's key personnel who will be involved in the research.
Documentation of previous work or experience of the proposer in the
field is especially important. 4. The type of support, if any, the
offeror requests of the Munitions Directorate, e.g. facilities,
equipment, and materials. 5. The names of federal, state, local
agencies or other parties receiving the proposals and/or funding the
proposed effort of a similar nature. If none, so state. 6. The identity
of facilities, specialized equipment, or other real property to be used
for the work, if appropriate for an understanding of the technical work
to be conducted. 7. Identify all on-going Government contracts and
related past contracts or assistance instruments. Provide a technical
point of contact and telephone number for each contract cited. C. The
cost portion of the proposal, Volume 2, should contain the following:
1. SF Form 1411 (Proposal Pricing Cover Sheet) for total proposal, as
applicable. 2. Summary by cost element and profit for each contract
line and sub-line item and for the total proposal. 3. Labor summary for
total proposal by categories, rates, and hours. Include an explanation
of how labor rates are computed, including base rates and escalation.
Show which are level of effort, if applicable. For proposals from
universities, the times and amounts to be charged should be identified
by academic year and summer effort. 4. Identification of indirect
rates by fiscal year and explanation of how established and base to
which they apply. 5. Bill of materials detailing items by type,
quantity, and unit price, total amount, and source of estimate. Provide
vendor quotes. 6. Summary of all travel by destination, purpose, number
of people and days, air fare, per diem, car rental, etc. 7. Consultants
by name, rate, and number of days or hours. Furnish copy of consulting
agreement, and identify prior agreements under which the consultant
received the proposed rate. 8. Other direct costs by type, amount, cost
per unit and purpose. Specifically identify any costs for printing and
publication and computers. 9. DD Form 1547 showing computation of
proposed profit. Include a DD Form 1861 if proposing facilities capital
cost of money. 10. Subcontractor's proposal with prime offeror's
price/cost analysis of subcontractor's proposal. If subcontractor was
not competed, include justification. 11. Forecast of monthly dollar
commitments for the proposed contract period. 12. Type of contract or
assistance instrument proposed. (We expect most awards to universities
and non-profit organizations to be grants.) 13. State whether you are
a large business, small business, small disadvantaged business,
woman-owned small business, nonprofit, educational, or historically
black college or university. 14. Other terms and conditions, if any. D.
Grants, cooperative agreements, and other transactions are encouraged.
Information regarding these can be found in the AFMC Homepage -- site:
http://www.afmc.wpafb.af.mil/organizations/HQ-AFMC/PK/pkt/jump.htm. The
cost proposal should follow items one (1) through fourteen (14), above,
as applicable for assistance instruments. E. The use of oral technical
proposals is highly encouraged. Specific guidelines need to be
followed for the use of oral technical proposals. For information
regarding the use of oral technical proposals contact Jean M. Pulley at
101 West Eglin Boulevard, Suite 337,Eglin AFB FL 32542-6810,
850-882-4294, ext. 3402. F. Options are discouraged and unpriced
options will not be considered for award. Award of a grant to
universities or nonprofit institutions, in lieu of a contract, will be
considered and will be subject to the mutual agreement of the parties.
G. The cost of preparing proposals in response to this announcement is
not considered an allowable direct charge to any resulting contract,
or any other contract. It is, however, an allowable expense to the
normal bid and proposal indirect cost specified in FAR 31.205-18. H.
The general scope for a program resulting from this BAA is a limited
research program. The program should be designed to demonstrate
well-defined and substantive research results, should not be overly
ambitious or open-ended, and should not be a paper study that
inherently requires a follow-on program. The suggested guideline on
price is up to approximately $300,000, but there is the potential for
larger awards depending upon the availability of funds, the scope of
the work and the potential for a cost sharing contract or assistance
instrument. I. Refer to the "Proprietary Information" and "When and How
to Submit" sections of Air Force Material Command Unsolicited Proposal
Guide, AFMC Pamphlet 64-101. The AFMC Form 190 is not applicable to
BAAs. The guide may be obtained from AFDTC/BC, 205 West D Avenue Suite
449, Eglin AFB FL 32542-6863. The telephone number for this office is
(904) 882-2843, ext. 3. J. Responders should reference the above
number (MNK BAA-98-0001) and a technical topic and contact name.
Proposals should be sent to Ms. Jean M. Pulley, 101 West Eglin
Boulevard, Suite 337, Eglin AFB, FL. 32542-6810. This announcement is
open and effective for one year from date of publication. Proposers are
warned that only contracting officers are legally authorized to
obligate the government. K. An Ombudsman has been established for this
acquisition. However, you should direct all requests for solicitations
and routine communication concerning this BAAto Jean M. Pulley,
Contracting Officer, at 904-882-4294, ext 3402. The Ombudsman should
only be contacted with the issues or problems that have been previously
brought to the attention of the contracting officer and could not be
satisfactorily resolved at that level. The only purpose of the
Ombudsman is to receive and communicate serious concerns from potential
offerors when an offerors prefers not to use established channels to
communicate his concern during the proposal development phase of this
acquisition. All potential offerors should use established channels to
request information, pose questions, and voice concerns before
resorting to use of the Ombudsman. Potential offerors are invited to
contact AFRL/MN's Ombudsman, LtCol Gary L. Libell (850) 882-2872 ext.
3420 with serious concerns only. (0034) Loren Data Corp. http://www.ld.com (SYN# 0003 19980205\A-0003.SOL)
A - Research and Development Index Page
|
|