Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
SOURCES SOUGHT

A -- Laser Application Support and In-House Research and Development (LASIR)

Notice Date
7/6/2007
 
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 - Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, NM, 87117, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA9451-07-R-0210
 
Response Due
7/26/2007
 
Archive Date
8/10/2007
 
Description
The Air Force Research Laboratory, Directed Energy Directorate (AFRL/DEL) is seeking a contract to support research and development in the advancement of the state of the art laser technologies for laser development and laser effects testing programs at the Kirtland Air Force Base sites at Kirtland AFB NM. This effort will include the following laser systems: hybrid (electric/chemical) laser, Chemical Oxygen-Iodine Laser (COIL), electric discharge Electric Oxygen-Iodine Laser (EOIL), rf excited supersonic flow and rf waveguide gas laser systems, diode and fiber pumped gas lasers, CO2 electric discharge coaxial laser (EDCL), high power fiber lasers, solid state lasers, diode-pumped electric lasers, semiconductor lasers (to include Mid-IR), short pulse lasers, and the next generation high power lasers. This work shall also include laser damage and vulnerability experiments. 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, incidental software and hardware developed during the performance of analyses and experiments, and marketing materials for the Laser Effects Test Facility (LETF) to include the LETF business and marketing plan. 1.0 Background. The Air Force Research Lab (AFRL) has established laser development and laser effects testing programs for the purpose of conducting research and development. Basic research and advanced development in laser physics, optical systems, laser device development, and laser effects experiments and vulnerability assessments are conducted at Kirtland AFB laboratories, test ranges, other government facilities and contractor facilities. The three primary facilities under this effort are: The Richard W. Davis Advanced Laser Facility (DALF), Bldg. 761 and its environs, the Chemical Laser Facility (CLF), Bldgs 619, 617, 625, and their environs; and the Laser Effects Test Facility (LETF), Bldgs 400 & 418 and their environs. 2.0 Applicable Documents. The contractor shall use military, DOD, and other appropriate Government standards for guidance during all efforts under this contract. 3.0 Requirements. The contractor shall perform the types of efforts in the task areas of this Statement of Work. The program management requirements below apply to all areas. 3.1 Program Management. The contractor shall establish a program management office within 50 miles from KAFB, ABQ NM to manage and control the contract efforts for all tasks performed on this contract. The contractor shall provide day-to-day management and administration over the entire contract. The contractor shall develop written management and program plans; maintenance and operations instructions; contract status analysis, and cost reports, technical status reports and other related documents. The contractor shall maintain an efficient and effective organizational structure flexible to the changing requirements and workloads. 3.1.1 Program Manager. The contractor shall identify a program manager to manage the overall contract effort. The program manager shall be responsible for ensuring proper program planning and control, timely problem identification and resolution, as well as adequate technical and programmatic interaction with the Government project officer. The program manager shall plan, organize and manage resources necessary to accomplish the required efforts and shall promote strong management, communications and coordination with any/all subcontractors and/or associate contractors involved in the technical tasks. The program manager shall be responsible for ensuring a timely contractor response to all proposed or ongoing technical efforts. 3.2 Cost and schedule management. The contractor shall maintain a cost and schedule accounting system that allows timely, accurate assessment of all efforts under this contract. The cost and schedule management system shall allow accurate accounting of costs and schedules for all tasks. The effects of projected cost and schedule variances shall be reported in a timely manner to the task project officer and COR as appropriate. An accurate determination of the incremental funding required for contract performance shall be made available to the task project officer and COR as appropriate. The contractor shall develop and implement a procurement process which is streamlined, highly efficient, and timely. The contractor shall develop a tracking and reporting mechanism for critical procurements to provide the project officer insight to where the procurements are in the contractor?s process. 3.3 Quality Assurance: Using ISO 9000, Quality Management and Quality Assurance Standards, as a guideline, the contractor shall apply a quality assurance process which assures that all designs, hardware, software, and analyses created under this effort are planned, controlled and documented to maintain quality. Documentation and drawings shall provide traceability to enable government review and verification of the results. The quality assurance process shall apply to all hardware systems and components designed, developed, fabricated, or assembled and shall apply to source code and object code in their various forms and versions. 3.4 Reliability and Maintainability. The contractor shall develop and implement an R&M program. The R&M program shall apply to all laser devices and systems, optical components and systems, and other systems to which this contract applies. 3.4.1 Reliability. The contractor shall analyze the reliability characteristics of each component and system upon contract award and for all new or modified systems or equipment. After this analysis, the contractor shall propose methods to simplify and to improve the reliability of the system or component. During design, development, fabrication, and testing, the contractor shall address and report the removal or mitigation of failure causes. The contractor shall record and report each anomaly, failure occurrence, and repair by component address their reliability implications, and recommend action to remove or mitigate the failure cause. 3.4.2 Maintainability. The contractor shall analyze the maintenance characteristics of each component and system upon contract award for all new or modified systems or equipment. After this analysis the contractor shall propose methods to remove maintenance impediments and to improve the maintainability of the system or component. Using MIL-STD-470, Maintainability Program for System and Equipment, Task 207 Preparation of Inputs to the Detailed Maintenance Plan and Logistics Support Analysis (LSA), as a guideline, the contractor shall develop modify, and deliver a detailed maintenance plan for each system and component for this contract. No LSA effort will be performed. The specified maintenance plan shall be comprehensive and consist of both preventative and corrective maintenance procedures and shall be produced using two methods. The first method shall be gathering, reviewing, and modifying, as necessary, existing maintenance procedures for existing or purchased components or systems. The second method shall be the creation of comprehensive maintenance procedures for new or modified components and systems fabricated, assembled, or completed under the provisions of this contract. 3.5 Environment, Safety, and Occupational Health (ESOH). The contractor shall develop and conduct an ESOH program in accordance with all applicable Federal, State, Local, Air Force, Kirtland Air Force Base and Air Force Research Laboratory standards and regulations. The contractor?s representative is required to contact the AFRL Safety and Environmental Quality Office (846-4574) within 30 days of award of their contract to discuss ESOH requirements. 3.5.1 Environmental Quality. The contractor shall assess the environmental consequences of the technology being developed and of experiments/demonstrations to be performed in accordance with al Federal, DoD, Air Force, State and Local regulations. 3.5.2 Hazardous Materials/Hazardous Waste. The contractor shall establish and conduct a Hazardous Material/Hazardous Waste management program in accordance with all Federal, DoD Air Force, State and Local regulations. Specifically the contractor shall manage and provide for the ordering, handling, storage, and disposal of hazardous materials/waste used in the performance of the contract in compliance with applicable Local Air Force operating plans as well as Federal, State and Local laws and regulations. The contractor shall develop a plan for periodic hazardous material site inspections and a schedule to remove and dispose of hazardous materials on a regularly scheduled basis. This plan shall be implemented by the contractor upon project officer approval. The contractor shall train all pertinent government, contractor, and subcontractor personnel in the proper handling, control, disposal and use of hazardous materials/waste for contractor activities. 3.5.3 System Safety Program and Engineering. The contractor shall set up and conduct a system safety program. The contractor shall perform an initial hazard analysis of all laboratory equipment, hand tools, power supplies, high voltage systems, laser systems, chemicals, cryogenic liquids, flammable materials, hoists and bonding stations to identify hazard controls prior to work starting. This analysis shall be submitted to the AFRL DEOS Safety Office for review and comment. The contractor shall subsequently conduct and document a system safety hazard analysis. 3.5.4 Permits and Approvals. Prior to conducting an experiment or demonstration, the contractor shall perform an analysis on experimental support needs and operations procedures. Based on these results, the contractor shall acquire all necessary approvals and permits to conform to all Federal, DoD, Air Force, State and Local laws, instructions and regulations in preparing for each experiment or demonstration. Required permits and approval include, but may not be limited to safety, security, laser certifications, and environmental requirements. The contractor shall assess tests and demonstrations to comprehensively evaluate the mishap risk being assumed prior to initial test or operation of a system. The contractor shall submit this documentation to the AFRL DEOS Safety Office for review. 3.5.5 Preliminary Hazard Analysis (PHA). The contractor shall perform and document a Preliminary Hazard Analysis (PHA) according to Task 202 of MIL-STD-882C to identify safety critical areas, to provide an initial assessment of hazards, and to identify requisite hazard controls and follow-on actions associated with proposed, major hardware of software systems and subsystems designs in support of the research program. The PHA shall review the previous hazard analysis and shall subsequently conduct and document System Safety Hazard Analysis updates on a quarterly basis. 3.5.6 Mishap and Chemical Release Reporting. The contractor shall report injuries to Air Force personnel, damage to Government property/equipment and accidental chemical releases that occur as a result of the contractor?s activities to the AFRL Safety and Environmental Quality Office (846-4574 or 846-4573) within 24 hours. If the Government elects to conduct an investigation of the mishap, the contractor shall cooperate fully and support the Government?s personnel until the investigation is completed. The contractor shall also report mishaps to contractor personnel if they occur as a direct result of an Air Force operation. 3.5.7 Occupational Health. The contractor shall comply with the provisions of all Air Force and AFOSH Standards and Requirements as applicable for laser operations conduced in connections with this contract. Costs associated with obtaining the required initial and terminating eye-examinations will be borne by the contractor. 3.5.8 Safety Review Process. The contractor shall ensure current and approved safety permits exist for all operating sites supported under this contract. The contractor shall ensure compliance with AFI 91-202/AFMCS 1, prior to operation of a facility or conduct of an experiment or test. 3.6 Operations Security (OPSEC) Requirements. The contractor shall provide operations security (OPSEC) protection for all sensitive critical information as defined by National Security Decision Directive (NSDD) 298, Air Force Policy. This is a re-competition of the current on-going contract F29601-02-C-0308 entitled, ?High Energy Laser Research (HELR)? and consideration is being given to consolidating into a single IDIQ contract with level-of-effort (LOE) task orders. The value of the current contract is $47.6M. The contractual effort is contemplated as a Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) Contract with Cost Reimbursable (CR) Other Direct Costs (ODCs). The potential ceiling for this re-competition is $49.9M. There will be a transition period starting approximately 1 Jan 2008 should award be made to other than the incumbent. A draft RFP will be issued with an anticipated contract award date of 1 January 2008. Small businesses having the capability to perform this work are invited to submit a statement of capability (SOC) in order for the Government to determine whether the acquisition should be set aside for small businesses. Based on the results of the SOC evaluation, the Government reserves the right to set aside this requirement for small businesses. Offerors shall indicate whether they are/are not a small business, a small disadvantaged business, 8(a), hub-zone certified, woman-owned, or Historically Black College or University. The SOC shall contain pertinent and specific information addressing the following areas: (1) Experience in the past five years in both Research & Development and Operations & Maintenance related to assets and/or technologies similar to those at Kirtland AFB Laboratories, test ranges, other government facilities and contractor facilities in laser physics, optical systems, laser device development, and laser effects experiments and vulnerability assessments; (2) A notional plan to assure the availability of an adequate number of qualified personnel to support the effort. Include any other specific and pertinent information as it pertains to this particular area of procurement that would enhance our consideration and evaluation of the information. Interested small businesses are requested to submit a Statement of Capabilities (SOC) (original plus 2 copies) within 20 calendar days of this announcement, substantiating each qualification described in (1) and (2) above for RFP FA9451-07-R-0210 to Det 8 AFRL/DEKB, Attn: Ernestine Stewart, 2251 Maxwell Avenue SE, Kirtland AFB NM, 87117-5773. Any responses received not addressing all of the above requirements may not be evaluated as being capable. The SOC is limited to 15 pages, single-spaced, 12-point font, Times New Roman, excluding resumes. Regarding resumes, submittal of names, professional qualifications and specific experience of all personnel who may be assigned, not including clerical, may be included to enhance our consideration and evaluation of the information submitted. Submitted information shall be unclassified. Offerors should be aware that the majority of resources must be employed within a Top Secret environment. NOTE that contract award(s) will be made only to offeror(s) who currently possess a Secret Facility Clearance and have sufficient Secret cleared and qualified personnel available at the time of contract award. An organizational conflict of interest clause is anticipated in any resultant contract. Reference AFMC FAR Clause 5352.209-9002, Organizational Conflict of Interest (Jul 1997). Potential offerors responding to this sources sought synopsis must indicate whether they qualify as a small business under NAICS Code 541710, no size standard. This is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement. If your interest is in subcontracting possibilities only, please see the corrected list of attendees for Industry Day in FedBizOpps and make contacts as necessary. Do not submit a statement of capabilities if you do not intend to be a prime or lead. Potential offerors should refer contracting concerns to the Contract Specialist/Contracting Officer, Ernestine Stewart at (505) 846-0150, or refer technical concerns to the Project Officer David Arbuckle at (505) 846-5912. The operations, research, and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act and/or subject to U.S. Export Control laws. Therefore, only offerors who are certified by the Defense Logistics Information Services (DLIS) may submit offers. Contact US/Canada Joint Certification Office, DLIS, Federal Center, 74 Washington Ave, North, Battle Creek, Michigan, 49017-3084, (800) 352-3572, http://www.dlis.dla.mil/jcp/, for further information on certification and the approval process. Offerors are required to either submit a copy of the DLIS approved DD Form 2345 with their proposal or to the Contract Specialist/Contracting Officer if access to unclassified, limited distribution data is required to prepare the proposal. Foreign firms are advised that they will NOT be allowed to participate as the prime contractor. Contractual or Business Point of Contact - Ernestine Stewart, Contract Specialist/Contracting Officer, Phone (505) 846-0150, Fax (505) 846-1546, Email Ernestine.Stewart@kirtland.af.mil Technical Point of Contact - David L. Arbuckle, Phone (505) 846-5912, Email David.Arbuckle@kirtland.af.mil
 
Place of Performance
Address: 2251 MAXWELL AVE SE, KIRTLAND AFB, NM
Zip Code: 87117-5773
Country: UNITED STATES
 
Record
SN01335928-W 20070708/070706220636 (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 |
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.