Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,1997 PSA#1871

Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773

A -- LASER TECHNOLOGY, ANALYSIS, DEVELOPMENT SUPPORT (LTADS) SOL F29601-95-C-0186 DUE 070397 POC S. Yata, Contract Specialist, 505/846-5119, or Sam Berdin, Contracting Officer, 505/846-1097 MARKET SURVEY FOR LASER TECHNOLOGY, ANALYSIS, DEVELOPMENT SUPPORT (LTADS), Contract F29601-95-C-0186. POC: S. Yata, Contract Specialist, (505) 846-5119; or SAM BERDIN, Contracting Officer, (505) 846-1097. Phillips Laboratory is conducting a market survey to identify all qualified sources that are capable of immediate performance of on-going research projects, currently being performed by Rocketdyne Technical Services Company (formerly Rockwell Power Systems), providing for scientific and engineering research and development support related to semiconductor and solid-state laser technology. This market survey is strictly for CLINs 0001, 0002, 0003, 0004 and 0005 on the contract. The contractor will be required to continue and augment technical directives on the existing contract in the following technology support areas: design and development of novel semiconductor laser architectures, including optically-pumped semiconductor lasers, semiconductor wafer cleaving, die wire bonding, and laser diode fabrication, diode laser device characterization, laser diode power supply and thermal control system design and fabrication, design and development of novel solid-state laser and diode-pumped laser architectures, solid-state laser diode pump array device characterization, novel solid-state laser gain media characterization, solid-state laser and diode pump array power supply and thermal control system design and fabrication, laser optics design, fabrication and/or procurement, experiment hardware/software integration, safety analysis, environmental analysis, test planning, test operations, performance evaluation and documentation, and diode and solid-state laser device prototype design, development, fabrication, test, evaluation and documentation. Work will provide scientific and engineering research and development activities in the following task(ing) areas: theory and concept development, laser design, development and fabrication, management, laboratory operations, and device characterization of semiconductor lasers, solid-state lasers, and diode-pumped laser devices. Additional task(ing) areas include development, procurement and operation of experiment instrumentation hardware and software to evaluate and characterize laser devices, field testing and demonstration support, operation and maintenance of laboratory facilities, diagnostic equipment, computer equipment and software, and generation of design, analysis, experiment, test and evaluation reports. The Government intends to support a supplemental agreement to the existing contract on a sole source basis in accordance with FAR Subpart 6.302-1(a)(2)(iii). The contemplated effort is for 28,413 additional hours (an estimated 7 man-years per year usage rate) plus non-fee bearing, baselined material costs of $1.8M and travel cost of $250K within the term of the current contract. If a new contract is awarded, it will be priced as a cost-plus-fixed-fee, level-of-effort contract. The security classification is expected to be SECRET. Continued contract coverage is required to perform on-going research projects. Potential offerors must provide unclassified information indicating their capability to begin performance immediately upon contract award to meet program targets and schedules. The Statement(s) of Capability shall contain pertinent and specific information addressing the following areas: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house, research and development effort relevant to the specific task areas of this effort, (2) Personnel: Name, professional qualifications and specific experience of scientific, engineering and program management personnel who might be assigned to work in areas of the subject effort, (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration, and a statement regarding industrial security clearance and storage facilities to support work at the SECRET level. Any responses received not addressing all of the above requirements will be rejected. Foreign firms are advised they will not be allowed to participate as the prime contractor. Interested parties must indicate whether they are qualify as a small business under SIC code 8711, with a small business size standard of 1,000 employees. Firms responding shall reference the above contract number and indicate whether they are or are not a small business, a small-disadvantaged business, a socially and economically disadvantaged business, a woman owned business, a historically black college or university, a minority institution, an 8 (a) firm, an intra-governmental organization, a large business, or an education/nonprofit organization. Based on responses to this market survey, the Phillips Laboratory reserves the right to set aside this requirement for small business or 8(a). The capability information shall be limited to 15 pages; shall include a mailing address, a telephone number, and a fax number; and shall indicate whether the respondent contemplates usingforeign nationals or whether they are a foreign owned business. Replies to this market survey must be received within fifteen (15) calendar days after the date of publication of this market survey. As a result of analyzing the responses to this market survey, the contracting officer may determine that a solicitation will be issued to those prospective sources, who, in the sole judgment of this contracting activity, have the potential of successfully fulfilling the requirements. All responses from responsible sources will be considered. Responses shall be mailed to: Phillips Laboratory (PL)/PKLB (S. Yata), Lasers and Imaging Contracting Division, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773. An Ombudsman has been appointed to hear concerns from potential offerors. 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 confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of the proposals or in the source selection process. Interested parties are invited to call Col James 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. (0168)

Loren Data Corp. http://www.ld.com (SYN# 0010 19970620\A-0010.SOL)


A - Research and Development Index Page