Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2007 FBO #2201
SOURCES SOUGHT

J -- AFRL Engineering Support

Notice Date
12/4/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F4FBBL7142A001
 
Response Due
12/21/2007
 
Archive Date
1/5/2008
 
Point of Contact
Jennifer LaShawn Nalls, Contract Administrator, Phone 937-522-4550, Fax 937-656-1412, - Jennifer LaShawn Nalls, Contract Administrator, Phone 937-522-4550, Fax 937-656-1412
 
E-Mail Address
jennifer.nalls@wpafb.af.mil, jennifer.nalls@wpafb.af.mil
 
Description
This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for a solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of planning, implementing and accomplishing maintenance and fabrication of experimental processing and test equipment. The requirement is located at Wright-Patterson AFB, Ohio. A draft Performance Work Statement is attached; this is only a draft and in no way should be construed as a request for proposal. The North American Industry Classification System (NAICS) code for this requirement is 541330 Engineering Services.This requirement is to provide personnel, equipment, tools, materials, supervision and other items and services to perform non-personal, on-site engineering support for the in-house research and development (R&D) programs of the Air Force Research Laboratory, Aerospace Components and Subsystems Technology Division (AFRL/SN, primarily AFRL/SND and AFRL/MLPS) located at Wright-Patterson Air Force Base, OH 45433. In addition, the contractor will be required to provide the personnel for on-site support services to supplement the activities and programs at the AFRL facilities. The facilities used at AFRL include, but are not limited to: Photonics Test Laboratory, EO Devices Laboratory, Packaging/Wire Bond Laboratory, SENCAT Laboratory, RASCAL Laboratory, Integration Laboratory, GPS Laboratory, Materials Characterization Laboratory, Molecular Beam Epitaxy Laboratory, VandeGraff Laboratory, RF Components Laboratory, Clean Room, and FTIR Laboratory. LABOR CATEGORIES: It is estimated that various experience levels in the following labor categories will be used: Clean Room Supervisor, Electronic Technicians, Junior Electronic Technicians, Engineering Technicians, and Program Manager . SERVICES REQUIRED: The support required is associated with the design, development, verification/validation, fabrication, modification, calibration, repair, preventative maintenance, data documentation/acquisition, operation/assembly, and test of electronic, electrical, mechanical, optical, and software systems used. Several of the facilities/equipment are experimental and one-of-a-kind. The contractor will be required to procure materials, sub-contracting consultants, equipment, computers, software, and/or machines. Examples of the current programs are: Wideband and Reliability GaN MMIC Power Testing, V-band Power Testing, Ka-band High Efficiency Device Study, Advanced Development Programs: Miniature Microwave Digital Receivers, Single Chip RF Subsystems, Advanced Millimeter Wave Power Modules, and Denied Access Sensing ,Exploratory Technology: RF Power Amplifier Technology, RF MEMS Switches, Electromagnetic Modeling and Simulation, High Speed Electronic Devices, Nanotechnology, and Epitaxial Material Growth and Characterization, Physics and Chemistry of Electronics, and Transparent Electronics. GOVERNMENT FURNISHED: The contractor will be provided the office/work space, on-base telephones, basic utilities, and access to ARFL/SND/MLP test equipment and hardware. CRITICAL PERSONNEL: The following positions require the contractor to provide personnel with multiple technical skills to meet the technical requirements. A different mix of personnel and technical skills is acceptable as long as all technical areas of the five positions are covered; (a) Clean Room Supervisor (CRS) will be responsible for the on-site supervision of a Class 100 laboratory to produce novel high performance electronic devices. The CRS will be responsible for overseeing all operation, maintenance, upgrades and repair of systems and equipment of the lab. This responsibility shall include, but not be limited to, hazardous material storage and disposal, environmental control, deionization water system, vacuum and compressed air pumps. The CRS will provide basic clean room and hazardous material training to new personnel. (b) Device Process Technician is required to support the specialized process areas in the device research facility of reactive ion etching, plasma enhanced chemical vapor deposition, thermal processing, photolithography and profilometry. The technician will be responsible for development of new process technologies, maintenance and repair of systems, and training scientists and engineers on the use of equipment and processes. (c) Clean Room Technician is responsible for the operation and maintenance of facilities and equipment, these include: metal deposition system, reactive ion etching, plasma enhanced chemical vapor deposition, thermal processing, photolithography, and profilometry, d) Senior Microwave Measurements Technician will be responsible for development/assembly, validation, and accurate measurements with load pull systems for on-wafer power characterization of state-of-the-art microwave devices. Must be able to configure measurement systems for supporting measurements such as intermodulation distortion, small-signal and temperature-dependent measurements, as well as fixtured power amplifier measurements. (e) Program Manager will be responsible for the on-base administration of the contract. Additional duties include the delivery of direct materials to the work site, delivery and receipt of the monthly vouchers, time cards, service reports, etc. in a timely manner. This position will be manned up to 20% of the time. In response to this notice, offerors shall submit a capability statement consisting of the following: (a) Technical: Statements describing experience in the operations and management of a large (>3000 square feet) class 100 device fabrication laboratory or statements describing the offeror's plan to acquire this capability. References shall be included. (b) Financial: For this $35M to $50M program ($7M-$10M/year) evidence of a sound credit rating to ensure that materials purchase capability will not be slowed or otherwise compromised. It shall also include evidence of their capability to purchase equipment up to $3M. (c) Management: statements describing experience in purchasing under the government FARS and DFARS. Capability packages are not to exceed 25 pages. Technical and financial information is of primary concern, due to page limitation; advertising or marketing information is NOT appropriate. The responses to this synopsis will be used for a market survey analysis to determine if the contemplated acquisition will be conducted under full and open competition or as a set-aside under small business set-aside or 8(a) procedures. This sources sought synopsis is not a request for proposals; it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Proposal (RFP). Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this sources sought request. Contractors who believe they possess the required expertise and experience shall submit two copies of their technical capabilities in writing TSgt Jennifer LaShawn Nalls, 88 CONS/PKAB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309, or electronically to jennifer.nalls@wpafb.af.mil. Voice communications are received at 937-522-4550. Personal visits to discuss this project will not be scheduled. Responses must be received not later than COB December 21, 2007. All documentation shall become the property of the Government. Firms responding must indicate the following information: Eligibility to the 8(a) program. Indicate the business size: small business or small disadvantaged business, veteran owned small business or HUBZone certified, and indicate the appropriate NAICS code. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.
 
Place of Performance
Address: Wright-Patterson AFB, Dayton, OH
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01462924-W 20071206/071204224101 (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  © 1994-2020, Loren Data Corp.