Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1999 PSA#2415

Department 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