SOURCES SOUGHT
A -- Microstructural Characterization of Materials
- Notice Date
- 6/19/2007
- Notice Type
- Sources Sought
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-SS-07-06-PKM
- Response Due
- 7/16/2007
- Archive Date
- 7/31/2007
- Description
- RESEARCH AND DEVELOPMENT SOURCES SOUGHT SYNPOSIS FOR: Market Research to determine potential sources to perform "Microstructural Characterization of Materials" for a future BAA announcement. The Air Force Research Laboratory (AFRL/ML), Materials and Manufacturing Directorate seeks potential sources for a sixty (60) month, $15M program to perform the microstructural characterization component of AFRL/ML's in-house research and development mission as well as develop new and improved materials characterization tools, techniques, methods, and equipment within the Materials Characterization Facility (MCF) located at WPAFB, OH (on-site at WPAFB). Because the nature, make-up and use of advanced aerospace materials are diverse and complex, considerable variation in the materials characterization research is anticipated. There are numerous tools and techniques for use in materials characterization research: analytical electron microscopy; high resolution electron microscopy; electron optics methods using Transmission Electron Microscopy (TEM), Scanning Electron Microscopy (SEM), electron microprobe (EMPA); dual beam focused ion beam milling coupled with SEM (DB-FIB), electron and x-ray diffraction investigations, orientation and chemical imaging microscopy in the SEM; scanning probe microscopy; all forms of optical microscopy and macroscopy; image analysis and simulation; crystallography; and quantitative metallography. Specimen preparation techniques such as sample thinning, replication, precision sectioning, electropolishing, low and high angle ion milling, microtoming, sample coating, electroplating, and metallographic polishing, as well as etching have been used. It is envisioned that microstructural characterization research will also require advances in the state-of-the-art, necessitating the development of new and unique tools and techniques in addition to the employ of those tools and techniqes enumerated above. Materials to be characterized include, but are not limited to, the following materials and their associated composites: aluminum alloys, magnesium alloys, titanium alloys, nickel alloys, steels, refractory metals, advanced intermetallic compounds, niobium alloys, ceramics - monolithic, high-temperature structural ceramics based on oxides, nitrides, silicides, carbides, and borides, nanocrystalline and/or multi-layered component systems of metallics, intermetallics, and ceramics, organic materials - including structural and nonstructural polymers as well as biological materials, functional graded materials, electronic materials, sensor materials, coating and paint materials. This program contains two tasks, which are to be conducted concurrently. Task I consists of materials characterization research that develops and advances the state-of -the-art for characterization techniques, methods and equipment. Task II then applies these advanced characterization tools to novel materials, including, but not limited to those listed above. The contractor must have personnel with the training and experience necessary to support the effort described above. These personnel will be required to work on-site at Wright-Patterson Air Force Base. The North American Industry Classification Systems (NAICS) Code is 541710. The small business size standard is 500 employees. The purpose of this synopsis is to provide the Air Force technical team with the ability to determine capabilities of potential respondents. The Air Force is contemplating a small business set aside based on the responses received. If this acquisition is set aside for small business, the resulting contract will contain the clause FAR 52.219-14 Limitations on Subcontracting which requires (for services) that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Responses to this synopsis shall include a demonstration of the offeror's ability to perform at least 50 percent of the effort. Additional information, as it becomes available, will be posted. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Required Central Contractor Registration, lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. This Sources Sought Notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All businesses capable of providing these services are invited to respond. Businesses interested in this effort must respond with a complete capability/qualification package describing the company's technical expertise, experience, and personnel required to accomplish the work described above. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. The government requests interested parties submit a brief description of their company's business size, business status (i.e., small business, disadvantaged, HUBzone, woman-owned), anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Include contract magnitude and points of contact for each example provided (name of the point of contact (POC), address, e-mail, telephone number, fax number, and the company's web page, if applicable). Responses are due on the response date listed above and shall be submitted in writing (only the original is necessary) or electronically and are limited to 30 pages. Each response should reference Research and Development Source Sought Synopsis #07-06-PKM. Reponses should be sent to ATTN: Bobbi Cunninhgam, AFRL/PKMM, 2310 8th Street, Building 167, Wright-Patterson AFB OH 45433-7801, email: bobbi.cunningham@wpafb.af.mil. Any non-technical and/or contractual questions should be referred to the individual above at (937) 255-5476. Technical questions may be directed to Mr. David Mahaffey, AFRL/MLLMP at (937) 255-9840, email: David.Mahaffey@wpafb.af.mil. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Research and Development Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose.
- Place of Performance
- Address: AFRL/ML 2230 Tenth St. WPAFB, OH
- Zip Code: 45433-7817
- Country: UNITED STATES
- Zip Code: 45433-7817
- Record
- SN01322361-W 20070621/070619223115 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |