Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 20,2000 PSA#2646

Department of the Air Force, Air Force Materiel Command, AFRL -- Wright Research Site, Det 1 AFRL/PK, Bldg 167, Area B, 2310 8th Street, Wright-Patterson AFB, OH, 45433-7801

A -- NONDESTRUCTIVE EVALUATION (NDE) EXPLORATORY DEVELOPMENT FOR AIR FORCE SYSTEMS SOL MLKN-00-05 DUE 081800 POC James Satteson, Contract Negotiator, Phone (937) 656-9034, Fax (937) 255-5302, Email James.Satteson@wpafb.af.mil -- James Leighty, Contracting Officer, Phone (937) 656-9003, Fax (937) 255-5302, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=MLKN-00-05&LocID=904. E-MAIL: James Satteson, James.Satteson@wpafb.af.mil. The Air Force Research Laboratory, Materials and Manufacturing Directorate, Systems Support Division, Wright-Patterson AFB, OH, AFRL/MLSA, intends to issue Request for Proposal (RFP) F33615-00-R-5607, Nondestructive Evaluation Exploratory Development for Air Force Systems as a follow-on contract to F33615-97-C-5640. This will be an Indefinite Delivery/Indefinite Quantity (IDIQ) Delivery Order contract for approximately $4.3M. Anticipated RFP release date is 2 Jan 2001, period of performance for the entire effort is 76 months, 72 months 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 Nondestructive Evaluation Exploratory Development for Air Force Systems program is to provide and maintain for the Air Force a strong M&P systems support technical capability in the technical areas of nondestructive inspection, nondestructive evaluation and nondestructive characterization. In addition this effort will 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 system support demands. Customers will include: Air Force Materiel Command (AFMC), Aeronautical Systems Command (ASC), System Program Offices (SPOs), Air Logistics Centers (ALCs), Major Commands (MAJCOMs), and contractors which are developing or maintaining Air Force and DoD weapons systems. Because of the potential for exposure to classified materials a security clearance of SECRET is required as a minimum. At various times this effort will require quick reaction response. The offeror must demonstrate the ability to physically acquire specimens from AFRL/MLSA, test, and give preliminary findings reports within a 24-hour period. The contractor shall be required to maintain a full-time technical staff at the Materials and Manufacturing Directorate consisting of one senior level engineer/scientist and up to three senior technicians. The effort will require contractor personnel, as a team, to be Level III qualified in accordance with National Aerospace Standard (NAS) 410 in penetrant, magnetic particle, radiography, ultrasonic, and eddy current inspection methods. As an example, an acceptable combination could be as follows: team member #1 is Level III qualified in penetrant and magnetic particle, team member #2 is Level III qualified in radiography and penetrant, team member #3 is Level III qualified in eddy-current, ultrasonics, and magnetic particle. Redundancy in Level III qualifications is not required but is very advantageous. The offeror must also possess demonstrated expertise in performance characterization of penetrant inspection materials. This is a nonpersonnel services program and may require occasional travel to other AF and contractor locations. The contractor shall also be responsible for maintaining the equipment in a satisfactory operating condition, handling and disposing of hazardous materials in accordance to Air Force regulations and providing supplies not readily available at WPAFB. Potential sources must include in their response, information on personnel available, personnel backgrounds, relevant experience in nondestructive evaluation (NDE) exploratory development. Firms responding to this announcement should indicate their business size, particularly if they occupy one or more of the following categories; small business; 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 follow: _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 must apply which could preclude their participation in this acquisition. All responses 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 respondwith a complete capability/qualifications package describing the company_s technical expertise, experience and facilities to accomplish the work described above. Responses submitted should be in one copy only. Each response should reference NOCA MLKN-00-05. Responses should be sent to Attn: MR JAMES N. SATTESON, AFRL/MLKN 2310 8th Street, Building 167, Wright-Patterson AFB OH 45433-7801, e-mail: James.Satteson@ws.afrl.af.mil. Any non-technical and/or contractual questions should be referred to the above individual at (937) 656-9034. Technical questions may be directed to Mr. John Brausch, AFRL/MLSA (937) 656-9151, e-mail: John.Brausch@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 channel to request information, post 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. A notice will be issued in the Commerce Business Daily advising that the Request for Proposal is available on the Electronic Posting System (EPS), web site, http://www.eps.gov/. This is the official notice of this acquisition and no other notice will be issued prior to issuance of the solicitation. See numbered Note(s): 26. Posted 07/18/00 (D-SN475980). (0200)

Loren Data Corp. http://www.ld.com (SYN# 0011 20000720\A-0011.SOL)

A - Research and Development Index  |  Issue Index |


Created on July 18, 2000 by Loren Data Corp. -- info@ld.com