COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11, 2001 PSA #2995
SOLICITATIONS
A -- HIGH ENERGY LASER RESEARCH (HELR)
- Notice Date
- December 7, 2001
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL -- PL "Directed Energy Directorate", 2251 Maxwell Ave, Kirtland AFB, NM, 87117
- ZIP Code
- 87117
- Solicitation Number
- RFP2960102R0003
- Response Due
- December 21, 2001
- Point of Contact
- Ernestine Stewart, Contract Specialist, Phone 505 846 0150, Fax 505 846 1546, Email Ernestine.Stewart@kirtland.af.mil -- Barbara Steinbock, Contracting Officer, Phone 505 846 2246, Fax 505 846 1546, Email steinbob@plk.af.mil
- Description
- F29601-02-R-0003 -- Sources Sought Synopsis for "High Energy Laser Research (HELR)". This announcement will serve as notice that the Air Force Research Laboratory (AFRL) intends to contract for High Energy Laser Research (HELR) and is seeking contractor sources to advance the state of the art in laser technologies for laser development and laser vulnerability effects testing programs at the Air Force Research Laboratory Directed Energy Lasers Division. This effort will include the following laser systems: Chemical Oxygen Iodine Laser (COIL), electric discharge lasers, diode-pumped solid state lasers, short pulse lasers, optical fiber lasers and the next generation high power gas lasers. It also includes the operation and maintenance of the laser facilities and laboratories. The deliverables for this acquisition are experiment and test reports, technical analysis reports, and incidental software and hardware developed during the performance of analysis and experiments. This is a follow-on effort to Contract F29601-98-C-0176. NAICS code is 54171 (size standard is 500 employees). Offerors should indicate whether they are a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) Qualified Business or a Woman-Owned Business, and whether they are an HBCU/MI. The Statement of Work (SOW) can be found on FedBizOpps located on the web at http://www.eps.gov. To access this posting, offerors must drill down from the main EPS site through several levels to reach the announcement/synopsis. 1) From http://eps.gov, click on "FBO for Vendors". 2) In the table, click on "USAF Offices". 3) At "Air Force Material Command Locations" go to 4) "AFRL -- PL Directed Energy Directorate Posted Dates". 5) Finally, scroll down until you see solicitation "F29601-02-R-0003" and click on it. Small businesses having the capability to perform this work are invited to submit a Statement of Capability (SOC) to assist the Government in making a set-aside decision. A statement of capability should be submitted no later than close of business 21 Dec 01 by those interested, small business firms. All statements of capability must include company name, mailing address, and company size. Information submitted in the statement of capability should be pertinent and specific to the technical areas listed above. The following criteria will be used in evaluating all responses: (1) Experience in the last five years: An outline of previous projects, specific work previously performed or being performed, and any in-house research and development efforts; (2) Personnel: Name, professional qualifications and specific experience of scientists, engineers and other key technical personnel. (3) Business infrastructure and program management approach. Include any other specific and pertinent information as pertains to this particular area of research that would enhance our consideration and evaluation of the information. The statements of capability will be limited to 15 pages in addition to resumes and pertinent samples of documentation (i.e. design, characterization, field testing, and lab facility reports), the latter not to exceed 10 pages. An original statement of capability and three (3) copies should be sent to Ernestine Stewart, Contract Negotiator. Based upon responses to this announcement, the Government may elect to set aside this acquisition for small businesses, qualifying 8(a) businesses, certified HubZone small businesses, or historically black colleges, universities, and minority institutions (HBCU/MI). Small Disadvantaged Businesses must be certified by the SBA (contact your local SBA office or online at www.sba.gov). =20 The contract type is contemplated as a five-year (Basic year plus four one-year options), incrementally funded, Cost Plus Fixed Fee (CPFF), Level of Effort (LOE) instrument. The estimated man-hours anticipated are 400,000. The amount of this effort is anticipated to be $24 million, consisting of $4.3M for FY02, $4.8M for FY03, $4.8M for FY 04, $4.8M for FY 05 and $5.3M for FY06. This funding profile is an estimate only, is not a promise for funding, and is subject to change due to government discretion and availability with little or no notice. Interested concerns must be capable of obtaining a SECRET facility Clearance. Work is expected to be conducted primarily at on-base facilities, but some work will be conducted at the contractor's plant. This acquisition involves data that are subject to export control laws and regulations. It is anticipated that contractors will have access to or will generate data that is unclassified with limited distribution and/or subject to U.S. Export Control laws. Only contractors who are registered and certified with the Defense Logistics Information Services (DLIS) shall be provided copies of the solicitation or other data subject to foreign disclosure restrictions. Contact US/Canada Joint Certification Office, DLIS, Federal Center, 74 Washington Avenue, North, Battle Creek, Michigan 49017-3084 (1-800-352-3572) http://www.dlis.dla.mil/jcp/ for further information on certification and the approval process. You must submit a copy of your DLIS approved DD Form 2345, Military Critical Technical Data Agreement, with your request for the solicitation when it is issued. Foreign-owned firms are advised that they may be precluded from becoming a prime contractor. Foreign-owned firms are advised to contact the Contracting Officer or Project Manager before submitting a proposal to determine whether there are restrictions on receiving an award. =20 This effort will contain Conflict of Interest requirements and may be subject to Associate Contractor Agreements. Large Businesses will be required to submit subcontracting plans. The Government does not intend that FFRDCs use privileged information or access to facilities to compete with the private sector. If a contractor proposes using an FFRDC as a subcontractor, other than DoD-sponsored FFRDCs, in the capacities discussed in DFARS 235.017, it must provide rationale in its proposal that support the unique capability of the FFRDC. The contractor's proposal must also demonstrate that the FFRDC can accept work from other than the sponsor. To be eligible to receive an award a firm is required to be registered in the DoD Central Contractor Registration Database prior to award of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement, for awards based on solicitations issued after 31 May 98. Firms must register on a one-time basis and annually confirm accuracy and completeness of registration information. Either the CAGE code or a DUNS number will be used to identify the contractor to the paying office. =20 Points of Contact (POCs) for this acquisition are: For contracting issues: Ernestine Stewart, Contract Negotiator, Det 8 AFRL/PKDB (Directorate of Contracting), 2251 Maxwell Avenue SE, Bldg. 499, Room 122, Kirtland AFB, NM 87117-5773. telephone 505-846-0150; telefax 505-846-1546. The Contracting Officer for this acquisition is Barbara Steinbock, telephone 505-846-2246; telefax 505-846-1546. For technical issues: Major John DelBarga, Program Manager, AFRL/DELC, telephone 505-846-0519, or the Contracting Officer's Representative (COR), Kim Gallegos, AFRL/DEL, telephone 505-846-2244; telefax, 505-846-4031. =20 An Ombudsman has been appointed to hear significant concerns from potential offerors during the proposal development phase of this acquisition. Routine questions are not considered to be of "significant concern" and should be communicated directly to the Contracting Officer, Barbara Steinbock, (505) 846-2246. The purpose of the Ombudsman is not to diminish the authority of the Contracting Officer or Program Manager, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. The Ombudsman does not participate in the evaluation of the proposal or the source selection process. The Ombudsman for this acquisition is Mr. Eugene DeWall, Director of Contracting, Det 8 AFRL/PK-D, (505) 846-4979, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773. CITE: (W-146 SN204178). See Commerce Business Daily Numbered Note 26.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFMC/AFRLPLDED/RFP2960102R0003/listing. html)
- Record
- Loren Data Corp. 20011211/ASOL011.HTM (D-341 SN514722)
| A - Research and Development Index
|
Issue Index |
Created on December 9, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|