Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2002 FBO #0231
SOLICITATION NOTICE

A -- High-Power Solid-State Laser (HPSSL) Development Program

Notice Date
7/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - PL
 
ZIP Code
00000
 
Solicitation Number
PRDA02DE05
 
Response Due
9/6/2002
 
Point of Contact
Geralyn Warner, Contract Specialist, Phone 505 846 4417, Fax 505 846 1546, - Geralyn Warner, Contract Specialist, Phone 505 846 4417, Fax 505 846 1546,
 
E-Mail Address
Geralyn.Warner@Kirtland.AF.MIL, Geralyn.Warner@Kirtland.AF.MIL
 
Description
Program Research and Development Announcement (PRDA) High-Power Solid-State Laser Development Program DESCRIPTION A. INTRODUCTION: The Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE) at Kirtland AFB NM is interested in receiving affordable proposals for high-power solid-state laser development. The total program budget range for these efforts is approximately $20M to $49M over 24 to 36 months. The projected start date will be during the first quarter FY03. AFRL anticipates making one or two awards depending on the availability of funds. Open communication with the technical point of contact (POC), Capt. Kalliroi Lagonik, High-Power Solid-State Lasers Branch (AFRL/DELO), (505) 853-2001, is encouraged until proposals are received. In addition, AFRL evaluators may contact an offeror to clarify a point of information before completing the evaluation. B. TECHNICAL TOPIC AREA: Contractors funded under this accelerated laser development program will use modeling and simulation, analysis, design, experimentation, and testing to demonstrate and deliver to the Air Force a 25 kW-class, near diffraction limited, diode-pumped solid-state laser. Although our primary interest is in solid-state lasers, other electrically driven laser concepts that clearly address the cost, schedule, and performance goals of this solicitation may also be considered for funding. Modeling and simulation should be validated by the experiments performed on the 25 kW laser then used to assess scalability to the 100 kW average power level. Emphasis will be placed on laser architectures that are scalable to the 100 kW average power level and are favorable in terms of size, weight, efficiency, reliability, maintainability, supportability, environmental acceptability, and ruggedness. The laser should be modularized (i.e., the laser head physically separated from the power supplies, control console and chiller) to support the installation and safe operation at Government facilities and to facilitate eventual testing using platform specific systems. For similar reasons, provision shall be made for remote control of the deliverable device. AFRL is specifically interested in approaches that address the following goals: a. The average power of the laser output beam shall be at least 25 kW. b. The laser beam quality shall be better than 1.5 times the diffraction limit (xDL), with a goal of 1.2 xDL. The beam quality specification shall be based on a power-in-the-bucket (PITB) measurement in the far-field. This beam quality shall be maintained for the entire run time of 300 seconds as specified in (f). c. The contractor shall perform an intermediate stage laser demonstration at an average output power and beam quality that clearly shows scalability to the program goal outlined in (a) and (b) and demonstrates the critical components, methodology, and design of the final 25 kW laser. At this point, the contractor will assess the risk involved in reaching the 25 kW power level and present a written status report and risk reduction plan to the Government. d. The laser system wall-plug efficiency shall be greater than 10%. Herein, wall-plug efficiency is defined as the average optical output power of the laser divided by the sum of all electrical average power delivered to all power supplies, drivers, cooling systems, pumps, and control devices used in the laser. e. Start-up time: The start-up time requirement for the laser shall be 1 s with a goal of 250 ms. This is defined as the time required to go from a stand-by (non-lasing) condition to a condition where all output requirements are met. f. For the Phase II laboratory demonstration the laser run time shall be unlimited. All performance measurements on the Phase II device (power, beam quality, etc.) shall be recorded over a time period of at least 300 seconds. The Phase III packaged laser shall have a run time (magazine) greater than 300 seconds as measured from the time the output power meets the requirements of (a) and (b) to the time that either the optical input power is shut down or the power supply and/or the cooling subsystem need recharging. Provisions shall be made for reasonable on/off cycling (e.g., two to several second bursts, then return to stand-by). The run time only includes the sum of the laser-on periods. g. Beam jitter: The total beam jitter shall be no greater than 5% of the far-field instantaneous beam diameter as measured at the Full-Width-Half-Maximum (FWHM) power points. The contractor should assume that the laser will be mounted on an isolated table-the table will not induce jitter in the laser head. h. The waste heat from the laser shall be delivered in a mode compatible with an on-board aircraft heat exchanger. There shall be no open cycle or blow down cooling techniques used in the laser. The coolant type and flow rates will be consistent with an acceptable aircraft thermal management system. i. For Phase III, the average output power to mass ratio for the laser shall be greater than 20W/kg. The contractor must clearly show through appropriate systems engineering methodology and calculations that they will be able to demonstrate this output power to mass ratio in Phase III. For Phases I and II, the contractor must clearly show a path to this output power to mass ratio. The laser is nominally defined as the laser head plus the system heat exchangers, coolers, power supplies, wiring, tubing, etc. The laser head typically includes gain media and associated fixed attachments (diodes, heat exchangers, mechanical structures, etc), optics, mounts, along with a base plate, cover, and necessary fixtures. j. For the Phase III deliverable, the ambient operating temperature range of the device should be 5 to 35 degrees C, and the device?s storage temperature range should be -20 to 40 degrees C. For item (a), the contractor shall discuss in their proposal how they intend to measure the laser?s output power and what the possible error bars will be on such a measurement. For item (b), the contractor shall specify in their proposal both a definition of beam quality based on PITB (not M-squared) and a discussion of how the measurement will be performed, including any issues impacting measurement accuracy. The contractor must also define how measurements will be made for items (d), (e), and (g). This effort will include three phases. Under Phase I the contractor will demonstrate an intermediate stage laser as defined in requirement (c). The contractor will also brief the status of the program, provide a risk reduction plan, and conduct a preliminary design review of the Phase III deliverable laser. Phase II will end with a 25 kW laser demonstration at the contractor?s facility, delivery to the government of sufficient supporting documentation and materials to adequately assess program status and risks, and a critical design review of the Phase III deliverable 25 kW laser device. Phase III, separately priced as Option 1, will require that the contractor deliver a packaged brassboard 25 kW laser to an Air Force or other DOD facility for test and evaluation. The delivered brassboard shall include: (a) laser bench, including laser head(s), optics and pumping system; (b) power supply, including power condition, power conversion, but excluding power generation; (c) control console; (d) thermal management system, including pumps, chillers, coolant tanks and plumbing; (e) sufficient documentation, data and on-site training to ensure a smooth transition to a government facility. No beam control or pointing system will be delivered with the Phase III device. However, the contractor will ensure that the characteristics of the output beam do not somehow preclude ready insertion into an agreed upon beam delivery system at the Government facility. Phases I and II will be accomplished in 24 months while Phase III, Option 1, will be accomplished in 12 months, for a total of 36 months. It is anticipated that upon successful completion of Phase II, another solicitation will be put forth to develop a 100 kW laser. That solicitation will be full and open competition, i.e., not restricted to the 25 kW awardee(s). C. PROPOSAL PREPARATION INSTRUCTIONS: (1) TECHNICAL PROPOSAL: shall contain the following sections: (a) Executive Summary, (b) Program Description, (c) Program Plan, (d) Contractor Statement of Work (CSOW) and Milestone Chart, (e) Facilities and Equipment description, (f) Description of Relevant Prior Work, (g) Management Plan, and (h) Resumes of Key Individuals. The following information describes items that should be addressed in the technical proposal. Section (a) Executive Summary: Describe the proposed program, objectives, and approach. A description of the innovation and benefits of the proposed approach and relationship to previous efforts should be discussed. Section (b) Program Description: Describe the techniques, methods, materials, or ideas that will be addressed in this proposal, their innovation, and to what degree they advance the state-of-the-art. Also describe any potential for commercial application and the benefits expected to accrue from commercialization. Section (c) Program Plan: Describe in detail the approach planned and how the plan will be executed. This section should include all technical aspects and how the approach will be executed to address each of the technology goals outlined in Section B of this solicitation. Section (d) Contractor Statement of Work and Milestone Chart Description: Include a Contractor Statement of Work detailing the technical tasks to be accomplished under the proposed effort and to be suitable for contract incorporation (no proprietary legends). Milestones should indicate when specific objectives are expected to be met in the overall schedule of the program and should identify the specific accomplishments necessary to proceed to the next task. Section (e) Facilities and Equipment Description: Describe the facilities that can be used to achieve the goals of the program, in terms of manufacturing capability, testing facilities, and/or any relevant specialized equipment. Section (f) Description of Relevant Prior Work: Include a list, covering the past five years, of both in-house efforts funded by internal research funds and contracts funded by others. For each such effort, include a list of the principal investigator, title of effort, contract number, brief summary of results, and a technical and contracting point-of-contact, including phone numbers, with the funding organization. Section (g) Management Plan: Offerors should provide an approach which demonstrates the ability to effectively and efficiently manage and administer the research program to a successful conclusion. (Section (h) Resumes of Key Individuals: Include brief summaries of resumes of relevant key individuals including any consultants or subcontractors that might be proposed. The technical proposal shall be limited to 50 pages, (12 pitch or larger type), double-spaced, 8.5 by 11 inch pages. The page limitation includes all information i.e., indices, photographs, foldouts, appendices, attachments, etc. Use at least 1-inch margins on top and bottom and 1 inch side margins. The binding shall not impair legibility. Both sides of paper may be used. Each printed side of an 8.5 x 11 inch sheet counts as a page. Foldouts printed on one side only will be counted as 2 pages. The description of relevant prior work, the resumes, blank pages, title pages, table of contents, lists of figures, lists of tables, tabs, cover sheets, or blank dividers are not included in the page count. The Government will only read and evaluate proposals up to the page limitation. Pages over the page limitation will be removed prior to evaluation. Use elite type size or equivalent (not smaller than 10 point vertical character height and not more than 12 characters per inch). A ten-point proportional serif font is acceptable, in which case characters per inch measurement do not apply. Typesetting or other techniques to reduce character size or spacing are not permitted. The PRDA Guide is available at http://extra.afrl.af.mil/policy-guides.htm (2) COST PROPOSAL: There is no page limitation for cost portions of each technical proposal. Cost proposals should be prepared in accordance with the instructions located at the FedBizOpps website: http://www.eps.gov under this PRDA. Certification of current cost or pricing data will be required. (3) GENERAL: Proposals shall be due no later than 4:00 PM MDST, 06 Sept 2002. Proposals shall be submitted to Det 8 AFRL/PKDB, Attn: Geralyn Warner (505-846-4417), 2551 Maxwell Ave SE, Building 424, Kirtland AFB NM 87117-5773. Do not send proposals to any other address or they may not be considered for award. Proposals submitted by fax or e-mail will not be considered for award. Proposals, both technical and cost, shall be submitted in original and six copies with the original being clearly marked in such a manner as to distinguish it from the copies. Submit Technical and Cost proposals in separate volumes. Also submit the technical proposal on a 3.5? diskette, IBM PC compatible. Proposals shall be valid for a period of not less than 180 days after the due date. Proposals must reference the above PRDA number and include a contractor unique proposal identification number. Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal is not desired. Offerors must mark their proposals with the restrictive language stated in FAR 15.609(a). The cost of preparing proposals in response to this PRDA is not considered an allowable direct charge to any resulting contract or to any other contract. However, it may be an allowable expense to the normal bid and proposal indirect costs as specified in FAR 31.205-18. D. BASIS FOR AWARD: Evaluation will be in accordance with the categorization process in AFMC FARS 5335.016-90. Technical proposals will be evaluated using the following factors in descending order of importance based on scientific peer review: (a) technical quality and scientific merit of the proposed technical approach and program plan, and the relevance of the proposed technology to future DOD needs, (b) capabilities and related experience, facilities, techniques or unique combinations of these which are an integral factor for achieving proposal objectives and (c) affordability. No further evaluation criteria will be used in selecting the successful proposal. Once the evaluation is completed, all proposals will be categorized as one of the following: (i) Category I: Well conceived, scientifically and technically sound proposals pertinent to program goals and objectives, and offered by a responsible contractor with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results. Proposals in Category I are recommended for acceptance and normally are displaced only by other Category I proposals. (ii) Category II: Scientifically or technically sound proposals requiring further development and are recommended for acceptance, but are at a lower priority than Category I; (iii) Category III: Proposals not technically sound or do not meet agency needs. Subject to the availability of funds, AFRL reserves the right to select for award any, part, or none of the proposals received in response to this announcement. When requested, a debriefing will be provided IAW FAR 15.505 and 15.506. E. ADDITIONAL INFORMATION: While the Government reserves the right to award a procurement instrument best suited to the nature of the research proposed, a Cost Plus Fixed-Fee Completion contract of 36 months duration is anticipated. The offeror shall include their recommendation and rationale for the type of instrument proposed in the proposal. In the event the Government is unable to conclude negotiations with the apparent successful offeror(s), it reserves the right to conduct negotiations with another acceptable offeror. The following deliverable types of data may be required; this is subject to change upon contract negotiation: (a) Program Plan with updates as needed; (b) Monthly Status/Financial Reports; (c) Final Report, draft and final with camera ready copy; and (d) Presentation Material as needed in conjunction with technical interchange meetings. It is anticipated that contractors may have access to or may generate data that is unclassified with limited distribution and/or subject to U.S. Export Control laws. Therefore, only offerors who are certified by the Defense Logistics Information Service (DLIS) may submit proposals. Contact the Defense Logistics Service Center (DLSC) on-line at http://www.dlis.dla.mil/ccal or at DLIS, US/Canada Joint Certification Center, Federal Center, 74 North Washington, Battle Creek, Michigan 49016-4312, 1-800-352-3572 for further information on the certification and approval process. Foreign-owned firms that are interested must contact the Contracting POC, Geralyn Warner, prior to proposal submission. Discussions with the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the Government. Organizational Conflict of Interest clauses may apply to this action and cannot be determined prior to proposal submission. An ?Administrative Access to Proprietary Information? consent provision, located at the FedBizOpps website http://www.eps.gov under this PRDA, is applicable with anticipation of incorporation by reference in any resulting contract(s). Firms responding should indicate if they are a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) Certified Business, a Woman-Owned Business, or a Hub-zone certified concern. The NAICS for this acquisition is 541710, with a size standard of 1,000 employees. This acquisition is unrestricted; full and open competition is anticipated. All DOE Federally Funded Research and Development Centers (FFRDCs) and DOD FFRDCs C3I Lab, Lincoln Laboratory or Software Engineering Institute may submit proposals in response to this solicitation/announcement. Other FFRDCs or contractors that propose using FFRDCs not discussed herein shall provide rationale in its proposal that research is within the purpose, mission, general scope of effort or special competency of the FFRDC and that research to be performed would not place the FFRDC in direct competition with the private sector. No commercial products anticipated. An Ombudsman has been appointed to mediate concerns from offerors or potential offerors during the pre-proposal phase of competitive, negotiated acquisitions. The Ombudsman does not participate in proposal evaluation or contractor selection. The Ombudsman can work with responsible acquisition officials to respond to concerns, but will not detract from the authorities of the Project Manager or Contracting Officer. When requested, the Ombudsman will maintain the confidentiality of sources. The Ombudsman at Phillips Research Site is Mr. Eugene C. DeWall, Director of Contracting, Det 8 AFRL/PK, 2251 Maxwell St SE, Kirtland AFB NM 87117-5773; (505) 846-4979. Before contacting the Ombudsman, potential offerors should first refer concerns to the Contracting Officer, Geralyn Warner (505) 846-4417, geralyn.warner@kirtland.af.mil, or refer technical concerns to the Project Manager, Capt Kalliroi Lagonik at (505) 853-2001, kalliroi.lagonik@kirtland.af.mil. A pre-proposal conference will be held 08 Aug 02, 9:00 AM, at the Davis Advanced Laser Facility (DALF) on Kirtland AFB NM. An RSVP, to include the number and names of the people attending, is required no later than 02 Aug 02. To RSVP, e-mail the Contracting Officer, Geralyn Warner at geralyn.warner@kirtland.af.mil. After receipt and categorization of proposals, Category 1 offerors will be contacted for the purpose of meeting with the Government to address any questions (for sake of clarification only) on the part of the Government. Point of Contact Geralyn M. Warner, Contracting Officer, Phone 505 846 4417, Fax 505 846 1546, Email geralyn.warner@kirtland.af.mil.
 
Record
SN00121316-W 20020721/020719213415 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.