|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1999 PSA#2415Department of the Air Force, Air Force Materiel Command, AFRL -- Wright
Research Site, Det 1 AFRL/PK, Bldg 7, Area B, 2530 C Street,
Wright-Patterson AFB, OH, 45433-7607 A -- NONMETALLIC MATERIALS SUPPORTABILITY SOL F33615-00-R-5600 DUE
092099 POC James Satteson, Contract Negotiator, Phone (937)255-5051,
Email james.satteson@ws.afrl.af.mil -- Frederick Rueth, Contracting
Officer, Phone (937)255-5051, Email frederick.rueth@ws.afrl.af.mil WEB:
Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=F33615-00-R-5
600&LocID=904. E-MAIL: James Satteson, james.satteson@ws.afrl.af.mil.
The Air Force Research Laboratory, Materials and Manufacturing
Directorate, System Support Division, Wright-Patterson AFB, OH,
AFRL/MLSA, intends to issue Request for Proposal (RFP)
F33615-00-R-5600, Nonmetallic Materials Supportability as a follow-on
contract to F33615-95-D-5616, Nonmetals Test and Evaluation. This will
be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for
approximately $9.9M. Estimated value of Delivery Order 0001 is $5M.
Anticipated RFP release date is 3 Jan 2000, period of performance for
the entire effort is 64 months, 60 months of technical effort, and four
(4) months for the final report. Sources are sought that have the
demonstrated capability to provide and manage research resources for
long-term, intermittent, and quick reaction support of Materials and
Processes (M&P) issues of United States Air Force (USAF) Weapon
Systems. The objective of the Nonmetallic Materials Supportability
program is to provide and maintain for the Air Force a strong M&P
systems support engineering capability; to identify new and emerging
technologies that can be further developed and transitioned to Air
Force weapons systems; and to meet immediate (quick reaction) and
long-term systems support demands in the key technical areas of
Advanced Composites Supportability and Repair Methods, Adhesives and
Bonded Repair, Elastomers and Sealants, and Low Observable (LO)
Maintainability. Principal issues in these key technical areas include
environment, weapon system sustainment, and operation and maintenance
(O&M) support. Additionally, support of other non-metallic aerospace
materials may be required on as-needed basis. These include, but are
not limited to, plastics, transparencies, and textiles. Customers will
include: Air Force Materiel Command (AFMC), Aeronautical Systems
Command (ASC), Systems Program Offices (SPOs), Air Logistics Centers
(ALCs), Major Commands (MAJCOMs), and sub-contractors which are
developing or supporting Air Force and other DoD weapon systems.
Because of the technologies associated with this program, the minimum
security clearance of SECRET is required. At various times this effort
may involve an M&P issue requiring a quick reaction response. The
offeror must demonstrate the ability to physically acquire specimens
from AFRL/MLSA, test, and give preliminary findings report within a
24-hour period. This effort will require both on-site support at the
Materials and Manufacturing Directorate, and off-site support at the
offeror's own facilities. AFRL/MLSA has office facilities to support
four (4) personnel and laboratory facilities for Advanced Composites
Supportability and Repair Methods, Adhesives and Bonded Repair, and
limited LO Maintainability efforts. The offeror must have their own
in-house capability to conduct extensive in-depth investigations in all
of the mentioned technical areas and total support of Elastomers and
Sealants effort. The offeror must be able to conduct processing,
quality assurance, suitability of application, and other supportability
requirements. This effort will require knowledge and working experience
in the following: fabrication of panels and other forms of reinforced
thermoset and thermoplastic composites; curing of composites and
adhesives using autoclave, positive pressure, and vacuum pressure
techniques; preparation and testing of seals and sealants; creep
testing of material specimens; operation structural failure analysis;
state-of-the-art mechanical properties testing and test equipment
including induction heating and electrical resistance furnaces.
Experience and knowledge of environmental testing (pollution
prevention, humidity, salt spray, cryogenic, elevated temperature, and
weatherometer) will be required. The offeror shall also be responsible
for maintaining Government Furnished Equipment/Property (GFP) in a
satisfactory operating condition. Due to the requirement for
reliability of data generated under this effort, the offeror shall be
accredited to the National Institute of Standards and Technology (NIST)
standard Guide 25, for laboratory accreditation for the technical area
of Elastomers and Sealants. This accreditation is desired, but not
required, for the other technical areas of this effort. Respondents to
this synopsis must demonstrate evidence of relevant efforts and
experience in each of the technical areas and the capability to support
quick reaction responses to M&P issues related to weapon system O&M
capabilities as well as Materials and Processes requirements related to
production of aircraft, remotely piloted vehicles (RPV), space & space
related systems, missile systems, and static/mobile support equipment.
This support is required to return back to operational readiness,
systems which have been grounded, due to M&P related issues; extend the
useful life of existing systems; take corrective actions for M&P
deficiencies; and evaluate requirements for long-term tooling and
spares storage. Respondents will provide information regarding
availability of personnel, equipment, and facilities. Firms responding
to this announcement should indicate their business size, particularly
if they occupy one or more of the following categories: small business;
a socially and economically disadvantaged business; a woman-owned
business; or minority institution; or foreign-owned. For this item, the
general definition to be used to determine whether your firm is small
is as follows: "A small business concern is one that is independently
owned and operated; is not dominant in the field of operation in which
it is bidding on government contracts; and with its affiliates, does
not exceed 500 employees." SIC Code 8731 applies. "Concern" means any
business entity or organization for profit with a place of business in
the United States, its possessions, Puerto Rico, or the trust
territory of the Pacific Islands, including, but not limited to, an
individual, partnership, corporation joint venture association, or
corporation. The Air Force reserves the right to consider a small
business set-aside based on responses hereto. Foreign firms are asked
to immediately notify the Contracting POC cited below before deciding
to respond to this announcement. Foreign firms should be aware that
restrictions might apply which could preclude their participation in
this acquisition. All respondees to this synopsis shall include their
assigned Commercial and Government Entity (CAGE) Code (i.e., Federal
Supply Code for Mfrs, a five digit code assigned by Comdr, Def
Logistics Service Center, ATTN: DECS-CGD, Federal Center, Battle Creek
MI, (616) 961-4381, Ref DOD 5000.129M). Small businesses interested in
this effort must respond with a complete capability/qualification
package describing the company's technical expertise and experience,
personnel, and facilities to accomplish the work described above.
Responses submitted should be in one copy only. Each response should
reference NOCA MLKN-99-04. Responses should be sent to Attn: MR JAMES
SATTESON, AFRL/MLKN Bldg. 7, 2530 C Street, Wright-Patterson AFB OH
45433-7607, e-mail: James.Satteson@ws.afrl.af.mil. Any non-technical
and/or contractual questions should be referred to the above individual
at (937) 255-5051/4828. Technical questions may be directed to Mr
Gregory S. Elam, AFRL/MLSA, (937) 656-6007, e-mail:
Gregory.Elam@ml.afrl.af.mil. An ombudsman has been established for this
acquisition. The only purpose of the Ombudsman is to receive and
communicate serious concerns from the potential offerors when an
offeror prefers not to use established channels to communicate their
concern during the proposal development phase of this acquisition.
Potential offerors should use established channels to request
information, pose questions to, and voice concerns directly to the
contracting representative before resorting to use of the Ombudsman. Lt
Col Sam Lopez, Det 1 AFRL/PK, (937) 255-4813, e-mail:
Sam.Lopez@ws.afrl.af.mil, is the ombudsman for this acquisition.
Written responses to this sources sought/NOCA synopsis should be
submitted no later than thirty (30) calendar days from the publication
of this notice. Posted 08/19/99 (D-SN370000). (0231) Loren Data Corp. http://www.ld.com (SYN# 0013 19990823\A-0013.SOL)
A - Research and Development Index Page
|
|