Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2004 FBO #0788
SOLICITATION NOTICE

A -- Depot Level Repair of Advanced Composite Structures using Reconfigurable Tooling System (RTS)

Notice Date
1/22/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-04-D-0001
 
Response Due
3/8/2004
 
Archive Date
5/7/2004
 
Point of Contact
Katherine Kearney, 7578785703
 
E-Mail Address
Email your questions to Aviation Applied Technology Directorate
(kkearney@aatd.eustis.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Aviation Applied Technology Directorate (AATD), proposes to award a noncommercial Indefinite Delivery Indefinite Quantity (IDIQ) contract, entitled, Depot Level Repair of Advanced Composite Structures using Reconfigurable Tooling System (RTS). T he proposed sole source contractor is 2Phase Technologies, Incorporated, located at 2340 C Walsh Avenue, Santa Clara, California 95051. The resultant contract will consist of a base contract for 5 years with no options. Individual task orders will be pro cessed. The estimated value/ceiling price of the IDIQ contract is $6,000,000. The minimum order will be $1 million, which will be obligated on the first task order concurrent with award of the master contract. The period of performance for this program is five (5) years. This acquisition will be procured in accordance with 10 U.S.C. 2304(c)(1) and FAR 6.302-1; only one responsible source and no other supplies or services will satisfy agency requirements. Alpha contract negotiations, appropriate for sol e source requirements, will be limited to the proposed contractor, 2Phase Technologies. The objectives of the initial effort will focus on four specific areas to further develop and assess the 2Phase proprietary RTS technology. 1) Create reconfigurable t ooling solutions that are consistent with the geometries and materials of the parts to be repaired, 2) Characterize and optimize reconfigurable state-change materials, 3) Characterize composites repair processes and integrate into reconfigurable tooling co ncepts and 4) Fabricate, repair and characterize representative composite parts. Under the proposed IDIQ contract, we will address the development and concept demonstration of the patented RTS in the depot repair environment. Currently, RTS has demonstrat ed application only for rapid prototype and limited production run environments. Based on the results achieved during the initial effort, the Army anticipates additional research to further define, design and prototype composite repair systems which could be employed at depot level for the maintenance of critical Army vehicles and aircraft. The purpose of this program is to further develop the RTS system, which has the potential to deliver a complete composite repair system that incorporates tool creation and composite curing for rapid repair and replacement of mission critical parts at the depot level. This technology would be employed at the depot level for the maintenance of critical Army vehicles and aircraft to allow the Army to replace and repair co mposite parts quickly, with greatly reduced tooling and labor cost. 2 Phase Technology has developed and patented for single-sided lay-up and repair of composite material parts, for vacuum thermoforming of thermoplastic material parts, and for open or clos ed molding of liquid polymers. This patented product is lightweight and is a transportable system that uses a new class of materials that can be reversibly transformed from a liquid-like state to a solid state at room temperature with no change in volume. 2Phase Technologies is the developer and has patented a practical RTS system. No solicitation documents will be issued. 2Phase Technologies is the only available source, however, interested persons may identify their interest and capability to respon d to the requirement or submit proposals. The North American Industry Classification System (NAICS) applicable to this is 333511. The size standard is 500. The contract requirements and subsequent orders will be developed jointly between the Government and 2Phase Technologies, consistent with alpha contracting procedures and applicable cost principles, clauses, and provisions in accordance with the Federal Acquisition Regulation. While the Government does not anticipate competition, any responsible sou rce may submit a proposal which will be considered. Written proposals should be addressed to AATD, Attn: Ms. Katherine Kearney, Building 401, Fort Eustis, Virgi nia 23604-5577. Ms. Kearney can be reached at (757) 878-5703. A determination has been made that performance under the contract will require access to and/or generate technical data the export of which may be restricted by the Arms Export Control Act (Ti tle 22, U.s. C., Sec. 2751 et. Seq.) or Executive Order 12470. Prior to award, the successful firm(s) will be required to provide an Export-controlled DoD data Agreement Certification number issued in accordance with DoD Directive 5230.25. This certifica tion may be requested from the Defense Logistics Services Center, ATTN: DLSC-FBA Federal Center Battle Creek, MI 49017-3084, Telephone 1-800-352-3572. Anyone desiring an explanation or interpretation of this announcement must request it in writing at the above address (Datafax, (757) 878-0008 or email: kkearney@aatd.eustis.army.mil). FBO Numbered Notes Apply: 8, 22, 26
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN00508098-W 20040124/040122212337 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.