Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 30,2000 PSA#2610

Department of the Air Force, Air Force Materiel Command, AFRL -- Eglin Research Site, 101 West Eglin Blvd, Eglin AFB, FL, 32542-6810

A -- DEVELOP ADVANCED CRYOGENIC EMITTER SOL MNK-PRDA-00-0002 DUE 071000 POC Mimi Martin, Contract Specialist, Phone 850-882-4292x3409, Email martinmd@eglin.af.mil -- Brenda Soler, Contracting Officer, Phone (850)882-3399, Fax (850)882-9599, Email solerb@eglin.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=MNK-PRDA-00-0 002&LocID=1362. E-MAIL: Mimi Martin, martinmd@eglin.af.mil. This is a Program Research and Development Announcement (PRDA). The Air Force Research Laboratory Munitions Directorate Advanced Guidance Division (AFRL/MNG) is interested in receiving technical and cost proposals for the development of an advanced cryogenic resistive array infrared scene Projection Element Module (PEM). Proposals in response to this announcement must be received no later than 1:00 PM central standard time 10 July 2000 addressed to AFRL/MNK, Suite 337, 101 W. Eglin Blvd., Eglin AFB FL 32542-6810, Attn: MiMi Martin. Proposals submitted after the cut-off date specified herein shall be treated in accordance with FAR 52-215-1(c)(3), _Instructions to Offerors -- Competitive Acquisition_. Responses must reference the above number (MNK-PRDA-00-0002). Proposals submitted must be in accordance with this announcement. Since this is a PRDA, there will be no formal request for proposal or other solicitation regarding this announcement. Additional data essential for the offeror's proposal is available in the Advanced Cryogenic Emitter (ACE) Requirements Description which may be requested from Robert Stockbridge, (850)882-4446 ext 2260. The technical proposal must include an outline and full discussion of the nature and scope of the research and development method or technical approach, and the expected results. The offeror must have documented background knowledge in the theory, analysis, design, and fabrication of the proposed technology area. Information must be included on prior experience in the applicable field of research, the available facilities, and resources to include personnel designated to perform the proposed effort. B -- REQUIREMENTS: (1) Technical Description: Through research and development programs such as the Wideband Infrared Scene Projector (WISP) program, resistive array infrared scene projector technology has demonstrated such desirable qualities as broad spectral emission, flickerless images, high frame rates, large radiometric outputs, and low noise background (cryogenic) operation. Although resistor array infrared scene projector technology has greatly matured under the WISP program, there are areas in which additional development is required to meet the needs of the hardware-in-the-loop test and evaluation community. One of the community's facilities, the 10V Chamber at Arnold Engineering Development Center (AEDC), Arnold AFS, TN, is being upgraded to support the National Missile Defense (NMD) Hardware-in-the-Loop requirements for the testing and evaluation of infrared guided NMD interceptors. This closed-loop simulator facility will evaluate advanced state-of-the-art seeker and control system performance under varying mission scenarios. Because of the rapid evolution of sensor and signal processor technologies, it is imperative that related simulation technologies keep pace with the advances in guided interceptor technology. (2) Technical Goals: The overall objective of this program is to significantly advance the state-of-the-art in cryogenic resistive array infrared scene projection technology. Proposals must address the following areas in descending order of importance: (a) Cryogenic environment operation (25K to 150K), (b) High spatial resolution (512x512), (c) Snapshot/Raster array updates, (d) High framing rates (8 millisecond 10% to 90% pixel radiance rise time for 120 Hz operation), (e) High radiometric output (radiometric output from the cryogenic substrate temperature to at least 450K apparent temperature defined in a 3 to 5 micron waveband and at least 400K apparent temperature in an 8 to 12 micron band after non-uniformity correction (NUC) of the array), (f) Minimization of scene spatial droop, (g) Mechanical interface flexibility in the PEM design to accommodate future 10V Chamber expansion to dual-band and operational evaluation of PEM in AFRL/MN_s Kinetic Kill Vehicle Hardware-in_the-Loop Simulator (KHILS) VAcuum Cold Chamber (KVACC), (h) Maximization of array fabrication yield. This 24-month program to development, design, fabricate, and deliver shall include a preliminary design review, a critical design review, one array fabrication run, and three assembled and delivered projector emitter modules (PEMs). The offeror_s delivered PEMs must include as a minimum the resistor array; signal, control, power, ground, and mechanical interface connections; a vacuum enclosure, if required; the cooling block; and the vacuum and cooling line fittings. The array electrical interface design will be defined by the offeror with input from the Government, prior to the critical design review, to ensure its operability with the government_s drive electronics design. The Government will be responsible for system installation, PEM thermal control, control and drive electronics development, and characterization/evaluation of all delivered array packages. Although annealing the resistor arrays is the Government's responsibility with technical support from the offeror, the offeror may propose to assume the task. (3) Data Requirements: The data element submittals are expected. Suggested Data Item Descriptions (DIDs) are noted. The contractor may propose additional elements or submittal of combined elements or DIDs as appropriate for the proposed program. Electronic submittal is encouraged whenever feasible and cost-effective for the program. The expected data element submittals are: (a) Design drawings (DI-DRPR-81002A) (b) Monthly status reports, including technical progress, programmatic issues, schedule, and appropriate disclosure of actual cost and labor expenditures. Contractor-format CFSR are required during the contract. (DI-MGMT-80368, -80269; DI-FNCL-80912; DI-MGMT-81468) (c) Final technical report and a technology transfer report at end of program. The final report, which will be published in DTIC, must document the entire effort (DI-MISC-80711). The final report must be delivered to the Government in electronic form (Microsoft Word 97 format). (d) A record (e.g., agenda, presentation materials, minutes, and tracking of associated action items) of required meetings. (DI-ADMN-81249, -81250, -81373). (e) Meetings and Reviews: The contractor will be expected to host and conduct various meetings throughout the program, including but not limited to, a kick-off, a formal preliminary design review, a formal critical design review, and a final review at the end of the program. Periodic progress meetings for technical and programmatic interchange will be held at three month intervals throughout the program, except for those months when formal meetings are scheduled; the contractor will be expected to host half of these meetings, and Government will host the other half. The contractor may propose to conduct or participate in other meetings with subcontractors, Government agencies, or third parties, as deemed appropriate to the program. C -- ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: 24 months total. (2) Government Estimate and Type of Contract: The Government anticipates awarding a CPFF contract. The Government has estimated funding of approximately $1.7 to $2.0 million forthis contract. Funding for the contract is anticipated to be comprised of approximately 2.5% FY00, 70% FY01, and 27.5% FY02 funds. This funding profile is an estimate only and is not a promise for funding, as all funding is subject to change due to availability and Government discretion. (3) Government Furnished Property: It is the offeror_s responsibility to identify any equipment to be used whether contractor-owned and furnished or Government-owned and furnished. The Government will assist in providing Government-owned property as appropriate and if available. (4) Proprietary Items: It is the offeror_s responsibility to identify any proprietary materials, products, software, or processes to be used by the prime contractor and subcontractors in the performance of this program and address acquisition of data rights or licenses, or expected recoupment of development cost for those proprietary items that will be integrated into the projection device. (5) Security Requirements: No access to or storage of classified materials is required for this program. ACE PRE-PROPOSAL CONFERENCE INFORMATION Date: June 2, 2000 Time: 0830-1130 Location: Eglin AFB FL, Bldg. 11 Room 374 Purpose: Government presentation regarding ACE program objectives, program structure and procurement approach. Security: The pre-proposal conference will be unclassified. Visit Request: Prior to the date of the conference, submit visit requests to: AFRL/MNOB Security, Attn: Cindy Preston, 101 W. Eglin Blvd, Ste 201, Eglin AFB, FL 32542_6810 (Phone: 850-882-4740/ext. 2303; Fax: 850-882-4627). D -- PROPOSAL PREPARATION INSTRUCTIONS: (1) General: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-1(e), Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Additional proposal questions should be directed to one of the points of contact listed in Part F. An unclassified written technical and cost proposal, submitted in separate volumes, is required. Volume 1 should provide the technical proposal of the program and Volume 2 should address the price and cost details of the proposal. Volume 1 should be limited to a total of 25 pages, including resumes, charts, figures, tables, etc.; the proposed SOW and CDRLs may be included as an appendix of not more than 20 pages. The Government reserves the right to remove and return to the offeror any excess pages before evaluation starts. Cost proposals have no page limitations, however, offerors are requested to keep cost proposals to 30 pages as a goal. A page is defined to be one side of an 8.5 x 11 inch piece of paper with information on it. Minimum print size is 10 point type, or 12 pitch, with line spacing of not less than one and one half for the typeface used. Proposals shall be submitted in an original and 2 copies. All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. Copies of the proposals may be forwarded, if the offeror authorizesin writing, to other interested government agencies for funding consideration. Authorization for limited reproduction and dissemination within Government Agencies and National Laboratories is requested. The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract, or any other contract. It is, however, an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Offerors are advised that only the Contracting Officer is legally authorized to contractually bind or otherwise obligate the Government. The U.S. Air Force reserves the right to select for award one or none of the proposals received in response to this announcement. If selected for negotiations, qualifying offerors will be required to submit a subcontracting plan within ten (10) days of notice. (2) Technical Proposal: The Volume 1 technical proposal shall include, as a minimum, a statement of work suitable for contract incorporation; the offeror_s technical approach for the entire program; risk management procedures to be applied to the program; identification of key personnel, resources, and critical subcontractors; hardware and data deliverables; a proposed program schedule including deliveries for the entire program; and a summary of past performance. (3) Cost Proposal: Adequate price competition is anticipated. The Volume 2 cost proposal must include as a minimum a man-hour breakdown by task; a cost element summary including labor, overhead, travel, G&A, etc.; an SF 1448 for the contract and a payment schedule for the entire program. E -- PROPOSAL EVALUATION: (1) Award Evaluation Criteria: The selection of none or one source for contract award shall be based on scientific and engineering evaluation of the proposals in response to this PRDA to determine best-value potential for the entire program. Proposals will be evaluated as received using the following factors. No other evaluation criteria will be used in selecting the proposals. Technical and cost information will be evaluated at the same time. The factors in descending order of importance are: (a) The soundness of the approach, including the proper definition and arrangement of tasks, concept verification techniques, and the probability of meeting the Government_s technical goals; (b) The offeror_s capabilities, related experience, record of research accomplishments in infrared resistor array projector technology area, facilities, techniques, key personnel, subcontractors, or unique combination of these factors which are integral factors for achieving the Government_s technical goals; (c) The offeror_s technical management and administrative capabilities including technical program management resources necessary to comply with program objectives and past and present performance on government contracts; and (d) The reasonableness, realism, and completeness of proposed cost for the total program. (2) General: The Air Force reserves the right to consider a small business set-aside based upon the responses submitted. This requirement may be purchased from a sole source if the Air Force determines that only one source is capable of satisfying the requirements. F -- POINTS OF CONTACT: (1) Ombudsman: An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. 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 source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting Officer, Contract Specialist, or the Program Manager identified above. For any other concerns, interested parties may call AFRL/MN_s Ombudsman, Lt Col Mary T. Quinn, at (850) 882-2872. (2) Contracting and Cost: Ms. Brenda Soler, Contracting Officer, (850)882-4294, ext 3399, or Ms. MiMi Martin, Contract Negotiator, (850) 882-4294, ext 3409, at AFRL/MNK, 101 W. Eglin Blvd., Suite 337, Eglin AFB, FL 32542-6810, or e-mail to brenda.soler@eglin.af.mil or mimi.martin@eglin.af.mil respectively. The fax number is (850)882-9599. (3) Programmatic and Technical Issues: Mr. Robert Stockbridge, (850) 882-4446, ext 2260, at AFRL/MNGG, 101 W. Eglin Blvd., Suite 234, Eglin AFB, FL 32542-6810, or e-mail to robert.stockbridge@eglin.af.mil. The fax number is (850)882-4128. See numbered Note 26. Posted 05/25/00 (D-SN458611). (0146)

Loren Data Corp. http://www.ld.com (SYN# 0003 20000530\A-0003.SOL)


A - Research and Development Index Page