Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23,1995 PSA#1267

Directorate of R&D Contracting, 2530 C St, Bldg 7, Wright-Patterson AFB OH 45433-7607

A -- HIGH PERFORMANCE INTEGRATED MICROSENSORS SOL PRDA #95-04-AAK DUE 031095 POC Anne Marie Frey, Contract Negotiator, (513) 255-3379 or Michele L. Dickman, Contracting Officer, (513) 255-2976. A--INTRODUCTION: Wright Laboratory (WL/AAKE) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this PRDA shall be submitted by 10 Mar 95, 1500 hours Eastern Standard Time, addressed to Wright Laboratory, Directorate of R&D Contracting, WL/AAKE (Attn: Anne Marie Frey), Building 7, 2530 C Street, Wright-Patterson AFB OH 45433-7607. This is an unrestricted solicitation. Small businesses are encouraged to propose on all or any part of this solicitation. Proposals submitted shall be in accordance with this announcement. Proposal submission after the cutoff date specified herein shall be treated in accordance with restrictions of FAR 52.215-10, copy of this provision may be obtained from the contracting point of contact. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any PRDA amendments that may be published. Offerors should request a copy of the WL Guide entitled, ''PRDA and BAA Guide for Industry''. This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from WL/AAKE, Wright-Patterson AFB, OH 45433-7607, telephone (513) 255-3379. B--REQUIREMENTS, (1) Technical Description: The objective of this program is to develop micromachining technology necessary to demonstrate high performance, monolithically integrated microsensors. Integrated microsensors with direct digital output are necessary to achieve the size and performance requirements of advanced weapon systems. To date, semiconductor device technology offers the ability to monolithically integrate both electronics and microsensors on a single die. However, processing incompatibilities exist which decrease sensor performance and increase device cost at this level of integration. Recent advances in fabrication indicate that high performance, direct digital output microsensors can be demonstrated. Achievement of this technology will enhance system capability by increasing sensor performance, eliminating the problems associated with distribution of low level analog signals, decreasing system size, weight, and cost, and increasing reliability. In addition, direct digital output microsensors offer new opportunities in distributed sensors arrays for control or diagnostic systems. The approach will involve the investigation of new device structures, fabrication processes, and the monolithic integration of the sensor and electronics to provide a high performance, digital output microsensor suitable for military avionics applications. (2) Deliverable Items: The following deliverable data items shall be proposed: (a) Status Report, DI-MGMT-80368/T, monthly, (b) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T, monthly, (c) Project Planning Chart, DI-MGMT-80507A/T, monthly, (d) Contract Funds Status Report (CFSR), DI-F-6004B/T, quarterly, (e) Presentation Material DI-ADMN-81373, as required, (f) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly, and (g) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible Final), (h) In addition to data, the contractor will be required to deliver five (5) working devices and circuits in a suitable packaged form to the Air Force (WL/ELEL). (3) Security Requirements: None. (4) Other Special Requirements: International Trade in Arms Restrictions apply. C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 36 months. The contractor shall also provide for an additional 4 months for processing/completion of the final report. (2) Expected Award Date: August 1995. (3) Government Estimate: The government anticipates total program funding of $1,000,000. (4) Type of contract: Cost Plus Fixed Fee (CPFF) or Cost (no fee). Any grants awarded will be cost (no fee). (5) Government Furnished Property: None contemplated. (6) Size Status: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force contracting point of contact cited below upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trace secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to one of the points of contact listed elsewhere herein. Offerors should consider instructions contained in the WL PRDA and BAA Guide for Industry referenced in Section A of this announcement. Technical and cost proposals, submitted in separate volumes, are required and must be valid for 180 days. Proposals must reference the above PRDA number. Proposals shall be submitted in an original and five copies. Proposals shall not be submitted by facsimile. All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the government. (2) Cost Proposal: The accompanying cost proposal/price breakdown shall be supplied on an SF 1411, together with supporting schedules, and shall contain a person-hours breakdown per task. Copies of the above-referenced forms may be obtained from the contracting office cited. (3) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. Additional information on prior work in this area, descriptions of available equipment, data and facilities, and resumes of personnel who will be participating in this effort should also be included as attachments to the technical proposal and are included in the page limit. The technical proposal shall include a Statement of Work (SOW) detailing the technical tasks proposed to be accomplished under the proposed effort and suitable for contract incorporation. Offerors should refer to the WL Guide referenced in Section A to assist in SOW preparation. Any questions concerning the technical proposal or SOW preparation shall be referred to the Technical Point of Contact cited in this announcement. (4) Page Limitations: The technical proposal shall be limited to 50 pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches. The page limitation includes all information, i.e. indexes, photographs, foldouts, appendices, attachments, etc. Pages in excess of this limitation will not be considered by the government. Cost proposals have no limitations, however, offerors are requested to keep cost proposals to 75 pages as a goal. (5) Preparation Cost: This announcement does not commit the Government to pay for any response preparation cost. The cost of preparing proposals in response to this PRDA is not considered an allowable direct charge to any resulting or any other contract. However, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. E--BASIS FOR AWARD: The selection of one or more sources for award will be based on an evaluation of an offeror's response (both technical and cost aspects) to determine the overall merit of the proposal in response to the announcement. The technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria which are of equal importance - (1) Understanding of the Problem: The proposal will be evaluated on the basis of the offeror's understanding of the scope of the work required and their background in design, fabrication and evaluation of solid state microsensor technology. The offerer's understanding of the technical requirements for the intended application will also be evaluated. Discussions of critical issues identified and a plan given for overcoming expected technical problems will also be evaluated, (2) Soundness of Approach: Evaluation of the proposed approach will be based on the identification of new and creative solutions and the offeror's description of their planned approach for the investigation of materials, device structures, processing techniques and test device fabrication to meet the objectives of the program. The proposer's discussion of their preferred approach and the identification of the risk areas (technical, schedule, and cost) and alternative approaches in critical high risk areas will also be evaluated, (3) Special Technical Factors: The proposal will be evaluated on the basis of the competence, experience, and availability of scientific and engineering personnel as well as the availability of necessary research, fabrication, design and evaluation facilities. Cost is ranked as the second order of priority. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time. The Air Force reserves the right to select for award of a contract or grant any, all, part, or none of the proposals received. Award of a grant, in lieu of a contract, to universities and nonprofit institutions will be considered and will be subject to the mutual agreement of the parties. F--POINTS OF CONTACT: (1) Technical Contact Point: Engineer, Richard E. Strawser, WL/ELEL, Bldg 620, 2241 Avionics Circle, Suite 17, Wright Patterson Air Force Base Ohio 45433-7319, (513) 255-7811. (2) Contracting/Cost Point of Contact: Contract Negotiator, Anne Marie Frey, WL/AAKE, Directorate of Research and Development Contracting, Bldg 7, 2530 C Street, Wright-Patterson Air Force Base, OH 45433-7607, (513) 255-3379. (0019)

Loren Data Corp. http://www.ld.com (SYN# 0001 19950120\A-0001.SOL)


A - Research and Development Index Page