Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
MODIFICATION

A -- Study, Consolidation, and Fabrication of Warhead Liner Blanks From Powder Tantalum

Notice Date
6/5/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd Suite 337, Eglin AFB, FL, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
Reference-Number-F08630-03-M-0110
 
Response Due
6/20/2003
 
Archive Date
6/21/2003
 
Point of Contact
Jeffrey Richards, Contract Specialist, Phone (850)882-4294 x 3414, Fax (850)882-9599, - Carol Abbott, Contracting Officer, Phone 850-882-4294x3404, Fax 850-882-9599,
 
E-Mail Address
jeffery.richards@eglin.af.mil, abbottc@eglin.af.mil
 
Description
Air Force Research Laboratory, Munitions Directorate (AFRL/MN) is interested in receiving technical and cost proposals for the study of the behavior of tantalum in proto-type warhead designs; and consolidation and fabrication of warhead liner blanks from powder tantalum to be delivered to the Damage Mechanisms Branch at Eglin Air Force Base, FL. One of the manufacturing methods of interest is the use of powder tantalum as a means for making warhead liner blanks. Working with powder tantalum could eliminate the technical risk associated with using wrought tantalum products. There may also be a cost savings found in the fabrication of a near net shape piece that generates less scrap material. One of the engineering parameters identified in limited studies of powder tantalum is the effect of oxygen concentration in the starting powder. Excessively high concentration of oxygen, 300 parts per million (PPM) by weight, is known to produce deficiencies in the performance of the material. Specifically, the material ductility, needed for explosive formation, is seriously degraded. The specific steps (tasks) involved within this effort by the contractor are to be as follows: 1. Procure starting stock of tantalum powder with oxygen content specified to be no greater than 150 PPM. 2. Characterize the initial starting stock. 3. Consolidate the powder into cylinders (Dimensions 2.50 inch Diameter x 3.5 inch Length). 4. Characterize the consolidated tantalum. 5. Fabricate the consolidated tantalum cylinders, by open die forging, into a final work piece 9.0 inch diameter by 0.25 inch thick. 6. Ship deliverables to Eglin AFB, FL. Deliverables required by Air Force Research Laboratory, Munitions Directorate: 20 pieces of consolidated and processed tantalum plates in the dimensions described in step 5 with a final report providing the characterization details found in steps 2 and 4. Contractor formatted report is acceptable. Submit 1 hard copy of the report and 1 copy electronically.This acquisition is unrestricted (i.e., considered full and open competition). Thus, all qualifying, responsible sources may submit a proposal that will be considered against the criteria set forth herein. Firms responding to this solicitation should provide their business status as defined in FAR clause 52.219-1 for NAICS Code 541710 (500 employees). Proposals submitted must be in accordance with this announcement, and must be received no later than 4:00 p.m. Central Daylight Time on 20 June 2003. Address proposals to AFRL/MNK, Attn: S. Carol Abbott, Building 13, Suite 337, 101 W. Eglin Blvd., Eglin AFB FL 32542-6810. Proposals handled by courier shall be delivered to Bldg 13, Rm. 337, Eglin AFB FL. Reference solicitation number MNK-PRDA-03-0011 on the proposal and on the outside of the package. Proposals received after the cut-off date/time specified herein shall be treated in accordance with FAR 52.215-1(c)(3), "Instructions to Offerors -- Competitive Acquisition"(May 2001). Since this is a PRDA, there will be no formal request for proposal or other solicitation regarding this announcement. Offerors should be alert to any PRDA amendments that may be published. The Government reserves the right to amend the due date to allow for subsequent submission of proposal dates. If a proposal is selected to satisfy the PRDA objectives as a result of the first submission, subsequent opportunities for proposal submission will not be available. The Government reserves the right to award without discussions. Anticipated Period of Performance: To be determined based upon selected contractor?s proposal. Data Requirements: The following data submittals are required: The Offeror shall deliver a Fabrication Process Report, and monthly Status Reports throughout the efforts period of performance. Contractor format is acceptable. The Offeror?s proposal shall identify any proprietary materials, products, software, or processes to be used by the prime contractor or subcontractors in the performance of this program and to address acquisition of data rights or licenses, or expected recoupment of development costs for those proprietary items. Expected Award Date: The estimated award date is 17 Jul 03. Type of Contract: The Government anticipates awarding one Firm Fixed Price Purchase Order for this effort. Government Estimate: The Government estimates the cost for the entire effort to be approximately $80K. This is an estimate only, not a promise of funding availability. 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. Technical and cost proposals, submitted in two separate volumes, must reference the above PRDA number and are required to be valid for 90 days. Volume 1 should provide the technical proposal and Volume 2 should address the price/cost portions of the proposal. Offerors must submit approved DD Form 2345, Export-Controlled DoD Militarily Critical Technical Data Agreement, with their proposal. Offerors should state whether they are a large business, small business, small disadvantage business, nonprofit, educational, or historically black college or minority institution. Additional proposal questions should be directed to one of the points of contact listed elsewhere herein. Technical Proposal: The Volume 1 technical proposal shall include an outline and full discussion of the scope of the effort; the Offeror?s technical approach for the entire program; identification of key personnel, resources, and all subcontractors; deliverables; a proposed program schedule including deliveries for the program; and a summary of relevant past performance. Information must be included on prior experience in the applicable field, the available facilities, and resources designated to perform the proposed effort. Volume 1 should be limited to a total of 15 pages, including charts, figures, tables, etc.. Recent (within the last 5 years) and relevant past performance should be included in Volume 1. Cost Proposal: Adequate price competition is anticipated. Volume 2 should address the price and cost details of the proposal. Cost proposals have no page limitations, however, offerors are requested to limit cost proposals to 5 pages as a goal. Volume 2 cost proposal should contain the following: 1. A proposal cost summary (including profit) for the total technical proposal. 2. A summary by cost element and profit for each contract line and sub-line item proposed. 3. Labor summary for total proposal by categories, rates, and hours. Include an explanation of how labor rates are computed, including base rates and escalation (if used). 4. Identification of all indirect rates. 5. Bill of materials detailing items by type, quantity, and unit price, total amount, and source of estimate. 6. Other direct costs by type, amount, cost per unit and purpose. 7. Subcontractor's proposal with prime Offeror's price/cost analysis of subcontractor?s proposal. The Government reserves the right to remove and return to the Offeror any excess pages before proposal evaluation starts. 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 (12 pitch). Proposals shall be submitted in an original and 4 paper copies and one 3.5? floppy disk. All responsible sources may submit a proposal, which shall be considered against the criteria set forth herein. Offerors are advised that copies of their proposals may be forwarded to other interested Government agencies for funding consideration. Thus, submission of a proposal constitutes the Offeror?s authorization for limited reproduction and dissemination of their proposal within Government Agencies and National Laboratories. Offerors are further advised that only the Contracting Officer is legally authorized to bind or otherwise obligate the Government. Proposal Evaluation: The selection of 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 to the Government for the entire program. Proposals will be evaluated using the factors given below. The factors, listed in descending order of importance, are: (1) The overall technical merits of the proposal, including technical approach; (2) The Offeror's capabilities, related experience, facilities, techniques, or unique combinations of these, which are integral factors for achieving the program objectives; (3) The Offeror's record of recent and relevant past performance; (4) Reasonableness and realism of proposed schedule and cost; an evaluation will be made of all proposed costs to ensure the Offeror has a proper understanding of the effort. It is the policy of AFRL/MN to treat all proposals as privileged information prior to award, and to disclose the contents only for the purposes of evaluation. The Offeror must indicate on the appropriate proposal page(s) any limitation to be placed on disclosure of information contained in the proposal. In accordance with PRDA guidelines, the technical evaluation will rank proposals into three categories defined as follows: Category I: Category I proposals must be well-conceived, scientifically and technically sound, 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. Category I proposals are recommended for acceptance (subject to availability of funds) and normally will be displaced only by other Category I proposals. Category II: Category II proposals are scientifically or technically sound but may require further development. They can be recommended for acceptance, but are a lower priority than Category I. Proposals in this category are not usually funded. Category III: Category III proposals are not technically sound or do not meet agency needs. They are not recommended for award. The technical and cost information will be evaluated at the same time. The U.S. Air Force reserves the right to select for award one or none of the proposals received in response to this announcement. Offerors may contact the individuals or sections listed herein to obtain generally available clarification of technical/contractual issues and cost proposal format or pricing information. Points of Contact: Contracting/Cost: Jeffrey Richards, Contract Specialist, phone: (850) 882-4294, Ext. 3414; AFRL/MNK, 101 W. Eglin Blvd, Suite 337, Eglin AFB, FL 32542-6810; FAX: (850) 882-9599, E-mail richard9@eglin.af.mil. (2) Technical Issues: Dr. Joel House, phone: (850) 882-7987; E-mail joel.house@eglin.af.mil; AFRL/MNMW, 101 W Eglin Blvd, Rm. 135, Eglin AFB, FL 32542-6810.
 
Place of Performance
Address: Eglin AFB, FL
Zip Code: 32542
Country: United States
 
Record
SN00340768-W 20030607/030605213354 (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.