Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21,1998 PSA#2184

Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773

A -- DIRECTED ENERGY, HPM, PP, PPS AND R&D EFFORTS POC Ms Marva Lucas, Contract Specialist,PL/PKDP, 505/846-4626 The Air Force Research Laboratory, Directed Energy Directorate (AFRL/DE) is interested in receiving Statements of Capability (SOC) from Small Businesses (SB) that can demonstrate their ability to perform basic R&D, operation and maintenance of High Power Microwave (HPM) sources, Pulsed Power (PP), Pulsed Power Systems (PPS), Theoretical and Computational Studies and Analyses, and Prime Power. This Sources Sought Synopsis (SSS) requesting SOCs for the subject acquisition supersedes Solicitation No. F29601-98-R-0007. When referencing this synopsis and the draft Statement of Work issued on 11 Jun 98, refer to Solicitation No. F29601-98-R-0016. This contract effort is for Research and Development (R&D), which may have potential applications as advanced weapons to advance aerospace technology objectives and to provide the AFRL/DE with R&D technology that will advance understanding of the sciences, develop theoretical, experimental, and complex computational analysis, advance research tools, equipment, methods, test equipment, and data collection methods. SOCs shall address the requirements identified in Commerce Business Daily Numbered Note 25. Relative to Note 25, the SOC shall discuss and be segmented into the following areas: 1) HPM Technical Experience: Experience over the last three years in HPM. The offeror should address the following as applicable. Experience in R&D efforts for both pulsed and Continuous Wave (CW) HPM systems and sources (wideband and narrowband). R&D will also include switching systems, antenna systems (wideband and narrowband), HPM diagnostic and control systems, increasing power extracted/radiated from existing HPM sources, extending radio frequency (rf) pulse lengths, and developing new loading sources (other than HPM) including other electromagnetic radiation, plasma, and/or particles. As part of this work, new cathode materials, beam transport systems (guiding magnetic fields) and electron beam collectors shall be studied. Prototype sources shall be developed, field-tested, and used to assess suitability of new designs for effects testing and advanced weapons application. Weapon concepts include HPM narrowband and impulse wideband devices, which could be single shot, repetitively pulsed, or CW. Included are pulsed HPM microwave and impulse wideband devices capable of terawatt peak powers and multi-kilojoule pulses at multi-megawatts average power, and pulse rep-rates from a single pulse to thousands of pulses per second. CW devices are required to develop up to multi-megawatts of power for operating durations of a few seconds to several minutes. This effort will also consist of electrical and mechanical design, fabrication testing, implementation, and/or retrofit of HPM systems, microwave diagnostic; and technical support of field tests or demonstrations of completed systems. Systems to be operated include CW and pulsed HPM. HPM systems will include MW- and GW-class generators. 2) Pulsed Power Technical Experience: Experience over the last three years in PP. The offeror should address the following as applicable. Experience in R&D efforts for conventional and explosive pulsed power. R&D will include the design and fabrication of compact Marx banks and explosive Magnetohydrodynamic (MHD) and Magnetocumulative (MCG) generators. Included are high voltage and high current switching, generation of plasmas and particle beams, and high voltage insulation. This effort will also consist of electrical and mechanical design, fabrication testing, implementation, and/or retrofit of PP drivers for HPM sources; PP for PP drivers, PP diagnostics; and technical support of field tests or demonstrations of completed systems. Systems to be operated include supporting explosive magnetic Flux Compression Generators (FCG) in the 1-100 megajoule, 1-100 megamp class using up to 1,000 pounds of high explosives per shot. 3) Pulsed Power Systems, Theoretical and Computational, and Prime Power Experience: Experience over the last three years in Pulsed Power Systems, Theoretical and Computational Studies and Analyses, and Prime Power. The offeror should address the following as applicable. Experience in R&D efforts on modular capacitor systems capable of storing several megajoules, delivering multi-megamps with flexible timing, and triggering of separate modules Additional systems to be operated include Prime Power interfaces, cryogenic supporting systems, microwave transmission systems, antennas, instrumentation systems, safety monitoring systems, data acquisition, and reduction systems. Theoretical and Computational Studies and Analyses include modeling and simulation of HPM and PP components and systems through the use of 3-D PIC plasma physics simulation software, 3-D and 2.5-D MHD simulation software and the use of DoD high-performance computing assets for the application of scalable plasma physics and computational electromagnetic software. Prime Power includes the use of conventional and unconventional power sources to deliver energy for HPM and PP systems. The planned effort shall require technical and analysis reports, test reports, prototype hardware/software, development/maintenance/ operation of prototype/test hardware. The contractor shall operate and maintain various test and experimental equipment, and maintain for R&D purposes, a number of Kirtland AFB, NM facilities. 4) Management Experience: Offeror's experience over the past three years sufficient to illustrate the capability to manage a contract and contract team of this magnitude and complexity. This will include a discussion of those companies or individuals the offeror anticipates teaming with, or individuals the offeror anticipates hiring, and the offeror's team management experience. The offeror will discuss experience in Cost and Performance tracking and reporting. The offeror will discuss Environmental, Safety, and Health compliance experience. The offeror will also discuss their experience and ability to manage changes in technology focus during the life of a contract. 5) Resumes, Teaming, and Subcontracting: Offeror will provide resumes of key personnel. Offeror will discuss experience with teaming arrangements and subcontracting. Offerors will address each section above separately and may subdivide each section. Each of the applicable technical areas must be addressed individually. The SOC shall be limited to a maximum of 40 pages, not including resumes. Top Secret Security clearances and Top Secret Facility clearances will be required at time of award. Foreign owned firms are advised that they will not be allowed to participate as the prime contractor. Based on responses to this announcement, the Government reserves the right to set this acquisition aside for 8(a) or small business firms. Accordingly, large businesses should not submit a SOC. The Standard Industrial Classification Code for this acquisition is 8731, 500 employees. The Government anticipates awarding an indefinite-delivery, indefinite-quantity contract under which task orders will be issued on a Cost-Plus-Fixed-Fee (CPFF) Completion basis. All work shall be accomplished pursuant to approved task order(s). The contract-ceiling amount is estimated to be $49,300,000.00, which includes one option, estimated at $9M. This option will be worked concurrent with the parent contract. This option, if not exercised within six months from the date of contract award, will become null and void. The contract-ordering period is anticipated to be 5 years. All requests for any resulting solicitation must include company name, mailing address, and company size status. Replies to this announcement must reference RFP number F29601-98-R-0016. An Ombudsman has been appointed to hear concerns from offerors or potential offerors, primarily during the proposal development phase of this competitive, negotiated 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 in the pre-proposal phase of competitive, negotiated acquisitions. Before contacting the Ombudsman, potential offerors should first communicate with the Contracting Officer. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact the AFRL/PK Ombudsman, Mr. Eugene DeWall, at 505-846-4979 or at the Directorate of Contracting, 2251 Maxwell Avenue SE, Kirtland AFB NM 87117-5773. 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 source selection process. For contracting issues, please contact Ms. Marva Lucas at 505-846-4626 or Mr. Steven Young, the Contracting Officer at 505-846-4624. For technical questions, please contact Mr. Bryan Austin at 505-853-3402 or Major David Lojewski at 505-846-0659. All SOC must be received no later than 19 October 1998. The SOC must contain all of the above requested information or the submission will be of no value in assisting the Contracting Officer's Small Business/8(a) set-aside determination. Posted 09/17/98 (W-SN251047). (0260)

Loren Data Corp. http://www.ld.com (SYN# 0001 19980921\A-0001.SOL)


A - Research and Development Index Page