|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 20,1998 PSA#2056R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- ROBUST FIBER COATINGS SOL PRDA NO# 98-38-MLK DUE 050498 POC
Contact Felix E. Turner Contract Negotiator, (937) 255-5830 or Terry L.
Rogers, Contracting Officer, (937) 255-5830 E-MAIL: click here to
contact the contract negotiator, turnerfe@wl.wpafb.af.mil.
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 submitted
by May 04, 1998, 1500 hours, local time, addressed to Air Force
Research Laboratory, Directorate of R&D Contracting, Area B, Building
7, 2530 C Street, ATTN: Felix E. Turner, AFRL/MLKM, 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 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
52.215-1(c) (3); a 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 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 Wright Laboratory R&D Contracting
Home Page and look under "A Contracting Toolbox" for "PRDA/BAA Indexed
Guide" at http://www.wrs.afrl.af.mil/contract, or, (2) Written request
to Felix E. Turner, AFRL/MLKM, Bldg 7, Area B, 2530 C Street, Wright
Patterson AFB, OH, 45433-7607, telefax (937) 255-9217. Please provide
written requests to Felix E. Turner only if you are unable to download
the information from the Home Page. B -- REQUIREMENTS: (1) Technical
Description: The objective is development and demonstration of a
Ceramic Matrix Composite (CMC) fiber-matrix interface that remains
effective for 1000 hours between room temperature and at least 1200 C
in oxidizing atmospheres typical for a turbine engine. Development
should address necessary improvements to the fiber coating
phase/phases, microstructure, and thickness, and processing issues
associated with fiber coating and matrix formation. Demonstration
should be done on a CMC with a fiber architecture and fiber volume
fraction that is a close approximation to what would be used in an
application. Room temperature mechanical properties and distributed
damage mechanisms during strain to failure, under monotonic loading and
fatigue, that are comparable to high performance C and BN interface
based CMCs shall be demonstrated. These mechanical properties and
distributed damage mechanisms shall also be demonstrated between room
temperature and at least 1200 C. The demonstrations should be conducted
over times and temperatures that establish that the fiber or matrix,
and not the fiber-matrix interface, is performance limiting. However,
if the fiber is performance limiting beneath 1200 C, demonstration to
the maximum temperature capability of the fiber and subsequent
characterization or other demonstration that shows presence of a
functional fiber-matrix interface is also satisfactory. (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) (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 contract
performance should be completed within 30 months of contract award.
The technical effort is expected to take 25 months, with an additional
5 months to write, review and correct the final report. (2) Expected
Award Date: 11 September 1998. (3) Government Estimate: The Government
funding profile is estimated to be as follows: FY98 -- 10K, FY99 --
220K, FY00 -- $225K, FY01 -$209K, FY02 -$40K. 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: None Contemplated. (6) Size
Status: For the purpose of this acquisition, the size standard is 1000
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. (8) The government may issue a 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. D -- PROPOSAL PREPARATION
INSTRUCTIONS: (1) General Instructions: Offerors should apply the
restrictive notice prescribed in the provision at FAR 52.215-1(c),
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 not 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 WL 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, foldouts, 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. If selected for negotiations, qualifying offerors will be
required to submit a subcontracting plan. (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 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 your proposal in response to the announcement. The
technical aspect, which is ranked as the first order of priority is
significantly more important than cost or price and shall be evaluated
based upon the following criteria which are of equalimportance: (a)
new and creative solutions that may be generically applied across the
high temperature structural materials industry; (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
and technologies critical to the Air Force; (e) the offeror's past
experience with high temperature structural materials, and ceramic
matrix composites in particular, (f) organization, clarity, and
thoroughness of the proposed Statement of Work; and (g) overall
management approach and plan, including the offeror's demonstration of
a proactive management approach and a plan to maintain the proposed
schedule, bill the government for work promptly, and ensure the
achievement of expenditure rates at or above 75% within a fiscal year.
Cost, which includes consideration of proposed budgets and funding
profiles is ranked as the second order of priority. The technicaland
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, Randall S. Hay, AFRL/MLLN, Bldg 655, 2230 Tenth
Street, Suite 1, WPAFB, OH 45433-7817, phone: (937) 255-9825; e-mail
address is hayrs (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, Felix E. Turner, AFRL/MLKM, Building 7, 2530 C Street,
Wright-Patterson AFB, OH 45433-7607 (937) 255-5830. G -- OMBUDSMAN: 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 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, Room 102.01, Wright-Patterson AFB, OH 45433, phone
937-255-9095/5535, e-mail address is stephen.plaisted@ascsy.wpafb.af.
All routine communications concerning this acquisition should be
directed to Felix E. Turner, Contract Negotiator, AFRL/MLKM, Bldg 7,
2530 C Street, Wright-Patterson AFB, OH 45433-7607, telephone
937-255-5936; e-mail address is turnerfe@wl.wpafb.af.mil. H -- NOTE 26
applies: (0077) Loren Data Corp. http://www.ld.com (SYN# 0009 19980320\A-0009.SOL)
A - Research and Development Index Page
|
|