Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5,1998 PSA#2026

Munitions 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