Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1996 PSA#1681

Phillips Laboratory/PKVC, Directorate of Contracting, 2251 Maxwell St, S.E., Kirtland AFB, NM 87117-5773

A -- DEVEOPMENT OF ADVANCED VERY LONG WAVELENGTH INFRARED DETECTORS (DAVID) SOL PKVC-1 POC POC, Lt Michael Dunn, PL/VTM, (505) 846-5793, Shari Barnett, Contracting Officer, (505) 846-6189. A--DEVELOPMENT OF ADVANCED VERY LONG WAVELENGTH INFRARED DETECTORS (DAVID). Notice of Contract Action (NOCA). The Phillips Laboratory anticipates solicitation of Development of Advanced Very Long Wavelength Infrared Detectors. The solicitation and resulting contract awards will be made in accordance with the Research and Development Streamlined Contracting Procedures (RDSCP) described in DFARS 235.70. The solicitation will appear in a subsequent edition of the CBD and will include a supplemental package. The solicitation will be published on or about 1 Oct 96 with the date of receipt of proposals 30 calendar days after date of publication. A draft Statement of Work (SOW) is located at the PL Contracting home page World Wide Web at http://www.plk.af.mil. The classified Technical Requirements Document (TRD) will not be released at this time. Comments on the draft SOW are strongly encouraged and should be addressed to the Contracting Officer not later than 10 days from publication of this announcement. The Government anticipates the award of up to two contracts. The main thrust of this effort will consist of the development of a low-volume, cost-effective fabrication strategy to supply high-performance Long Wavelength Infrared (LWIR) hybrids to support the Near Term and Objective System of the Space and Missile Tracking System (SMTS) program. This shall be achieved by leveraging existing infrared (IR) hybrid capability by identifying the technology shortfalls and making advances in long-wavelength infrared hybrid technology. The effort shall focus on producing highly uniform, radiation hard, mercury cadmium telluride hybrids which operate in the LWIR regime at low background levels and cryogenic temperatures by designing, fabricating, testing and evaluating three (3) detector Focal Plane Array (FPA) development lots and three (3) multiplexer development lots. Parts from each sequential FPA development lot and sequential multiplexer development lot shall be hybridized to produce each hybrid development lot. From each development lot, four (4) detector test structures, two (2) multiplexers and five (5) hybrids shall be delivered to Phillips Laboratory. After each lot, the contractor shall make changes required to improve the areas identified by Phillips Laboratory and the contractor as being limiting factors of performance with respect to the TRD. This effort has a repeatability option, which if exercised, will include the repeated fabrication, test, and evaluation of the best lot. A contractual effort of approximately four years is contemplated which includes the option, if exercised. The contractor may require access to Militarily Critical Technology Data (MCTL) information which is controlled under the Export Control Act (Title 22, U.S. Sec 2751, et seq) or the Export Administration Act of 1979, as amended (Title 50, U.S.C. App 2401, et seq). Only contractors listed on the Qualified Contractors Access List (QCAL) may receive controlled data. Contact the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MT 49016-3412 (1-800-352-3572) to become registered and certified. Foreign owned firms are advised they will not be allowed to participate as the prime contractor. A read file will be made available in Bldg 426 at Kirtland AFB. In order to access the read file, each offeror must be currently certified and registered by DLSC and possess the appropriate clearance to access any classified material. Each offeror is required to submit a certified DD Form 2345 to PL/PKVC. Appointments to view the read file must be scheduled at least two days in advance by telefaxing visit request to (505) 846-6022. Appointments will be scheduled between 0900 and 1130 and between 1330 and 1600 only. Only one offeror, represented by no more than two persons, will be permitted into the viewing room at any one time. No duplication or removal of documents from the read file is permitted. No portable computers, cameras, recorders or duplicating equipment is permitted. Interested contractors must indicate whether they qualify as a small business under SIC Code 8731, size standard 1,000 employees. Firms responding are to indicate whether or not they are a small business, an 8(a) certified firm, a socially and economically disadvantaged business, a woman-owned business, a historically black college or university, or a minority institution. A SECRET facility clearance will be required to perform the anticipated contracts. The Government anticipates using Aerospace Corporation as non-Government advisors during the source selection process. All respondents desiring a copy of the supplemental package must request it in writing, provide a mailing address, their assigned Commercial and Government Entity (CAGE) code, and state whether there are any objections/concerns regarding the Aerospace non-Government advisors. Mail requests to: Phillips Laboratory/PKVC, Attn: Paulette S. L. Windley, 2251 Maxwell St, S.E. Kirtland AFB, NM 87117-5773, FAX (505) 846-6022. An Ombudsman has been appointed to hear concerns from offerors and potential offerors during the proposal development phase of this acquisition. Potential offerors should communicate first with the Contracting Officer to request information, pose questions, and voice concerns before contacting the Ombudsman. The purpose of the Ombudsman is not to diminish the authority of the program director or Contracting Officer, but to communicate offerors' concerns, issues, disagreements and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentially as to the source of the concern. The Ombudsman does not participate in the evaluation of the proposals or in the source selection process. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact the Phillips Laboratory Ombudsman, Col James D. Ledbetter, PL/CV at (505) 846-4964. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the Contracting Officer and could not be satisfactorily resolved at that level. The Science and Technology Acquisition Referral System (STARS) is provided by the Phillips Laboratory (PL), Kirtland AFB, NM as a service to industry and other interested parties. This system is a means of disseminating key RFP documents to allow contractors and other interested parties to access the documents and download these documents into their existing computer systems. The STARS Bulletin Board is now available on the Internet--http://www.plk.af.mil. All files in the ''Show Available RFPs'' category are self-extracting executable (.EXE) files. In order to access STARS on the Internet, PC users need to run NETSCAPE or MOSAIC version 2.0 Beta 4. The webmaster for all contracting related information and the STARS BB POC is Sandra M. Maes, PL/PKM, (505) 846-5440. See Note 26. This announcement does not constitute an Invitation for Bid (IFB) or a Request for Proposal (RFP) and is not to be construed as a commitment by the Government. (0257)

Loren Data Corp. http://www.ld.com (SYN# 0002 19960916\A-0002.SOL)


A - Research and Development Index Page