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