|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 20,1998 PSA#2036R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- MANUFACTURING TECHNOLOGY FOR AFFORDABLE LASER SHOCK PEENING SOL
PRDA 98-12-MLKT POC Contact William O Beeman, Contract Negotiator,
937-255-3506 or Mr Bruce J. Miller, Contracting Officer, 937-255-7143
Introduction: Air Force Research Laboratory, Materials and
Manufacturing Directorate, Manufacturing Technology Division
(AFRL/MLM), is interested in receiving proposals (technical and cost)
for the program entitled, "Manufacturing Technology for Affordable
Laser Shock Peening." The solicitation number is PRDA-98-12 MLKT.
Proposals in response to this PRDA shall be received by 1500 Eastern
Standard Time, April 7,1998, addressed to Air Force Research
Laboratory, Det 1 R&D Contracting Office (AFRL/MLKT) ATTN: Mr. William
O. Beeman, Building 7, 2530 C Street, Wright-Patterson AFB, OH
45433-7607. This is an unrestricted solicitation. Proposals submitted
shall be in accordance with this announcement. Proposals received after
the cutoff date specified herein shall be treated in accordance with
restrictions of FAR 52.215-1 ( c) (3). A 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 amendments that may revise the proposal submission date.
Offerors may request a copy of the WL Guide entitled, "BAA and PRDA
Guide for Industry." This guide was specifically designed to assist
offerors in understanding the BAA/PRDA proposal process. Copies may be
requested from AFRL/MLKT, Wright-Patterson AFB, OH 45433-7607,
telephone (937) 255-3506. This guide is also available at the following
web-site: www.wrs.afrl.af.mil/contract/hp.htm. B -- REQUIREMENTS: (1)
Technical Description: The overall objective of this effort is to
design, develop and implement a production capable laser shock peening
manufacturing cell for applications to gas turbine engine blades and
other fatigue critical components. It is anticipated that two cells
will be implemented, one within a "system" builders facility (to be
used for follow-on development and industry sector service) and the
other within an aerospace gas turbine engine manufacturers facility.
The focus of this effort is to (a) develop a robust, factory floor
laser shock peening system flexible enough to accommodate various
component geometries; (b) incorporate advanced monitoring and control
techniques to this laser system increasing process reliability and
repeatability; (c) incorporate automated processing subsystems to this
laser system to increase throughput; (d) develop and execute an
effective business strategy to commercialize this laser system within
and without the aerospace industry by making available laser peening
manufacturing cells to those parties interested in obtaining the
technology and by providing an industry service capability; and (e)
validation of this laser system's performance at an aerospace user's
facility. To date, the primary focus for laser shock peening has been
on processing turbine blades with sub-optimized equipment at low
production rates. Under this program, all aspects of laser shock
peening will be addressed through a systematic approach to increase
workload flexibility, increase production throughput, and reduce
processing cost and time while simultaneously developing the business
case required to transition laser shock peening to other industry
sectors. Teaming arrangements between the offeror and the user
community (both aerospace and nonaerospace) is required. Offerors are
encouraged to construct the proposed effort around a phased approach.
Phase I would be divided into three areas of investigation: (a) design
and fabricate the required laser controls and monitors promoting
reliability and repeatability of the laser system process and
performance. The offeror is required to provide a strategy for risk
mitigation associated with the selected laser controls and monitors to
ensure feasibility of the proposed concepts; (b) design and fabricate
automated processing subsystems to increase the throughput of
components within the manufacturing cell. The offeror is required to
provide a strategy for risk mitigation associated with the selection of
automated processing subsystems to ensure feasibility of the proposed
concepts; and (c) develop the commercialization plan to transition this
technology to other applications within the aerospace community as well
as applications in other industry sectors. Phase II would design,
fabricate and validate two (2) laser shock peening manufacturing cells
integrating both the laser controls and monitors as well as the
automated processing subsystems identified and proven feasible under
Phase I to both cells. The cell design must be flexible enough to
accommodate a variety of workload geometries for processing (other than
a gas turbine engine airfoil, i.e., disks, blisks, gears, etc.). At the
conclusion of this effort, one laser shock peening manufacturing cell
would be validated and implemented at a "system" builders facility
establishing an industry service capability for affordable laser shock
peening. The other laser shock peening manufacturing cell would be
validated and implemented at an aerospace gas turbine engine
manufacturing facility for use on the production line. Phase III would
be the execution of the commercialization plan developed and agreed
upon by the Air Force and the offeror under Phase I. (2) Deliverable
Items: The following deliverable data items shall be proposed: (a) R&D
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-MGMT-81468/T, quarterly; (e) Presentation Material,
DI-ADMN-81373/T, as required; (f) Scientific and Technical Reports
(Contractor's Billing Voucher), DI-MISC-80711/T, monthly; (g) Technical
Videotape, DI-MISC-81275/T, (as required); (h) Scientific and Technical
Reports (Critical Issues Resolution Report), DI-MISC-80711/T,
Quarterly; (i) Scientific and Technical Reports (Detailed Business
Commercialization Plan), DI-MISC-80711/T, one time at completion of
Phase I; and (j) Scientific and Technical Reports (Final Report),
DI-MISC-80711/T, draft and camera ready copy, one time, upon completion
of effort.(3) Security Requirements: It is anticipated that work
performed as a result of this PRDA will be unclassified. (4) Other
Special Requirements: Any resultant contract data are export sensitive
and should be controlled in accordance with Public Law 98-94. This
data is on the Militarily Critical Technology List. The technologies
involved with this program are subject to the International Traffic in
Arms Regulations (ITAR). C -- ADDITIONAL INFORMATION: (1) Anticipated
Period of Performance: The total length of the technical effort is
estimated to be 44 months. The contractor shall also provide for an
additional 4 months for processing/completion of the final report. (2)
Expected Award Date: June 1998. (3) Government Estimate: The
Government anticipates 1 award for a total Government funding no
greater than $4.65M. This effort will be incrementally funded as
follows: FY98 -- $350K, FY99 -- $650K, FY00 -- $1750K, FY01 -- $1750K,
FY02 -- $150K. This funding profile is an estimate only and is not a
promise for funding as all funding is subject to change due to
Government discretion and availability. (4) Type of Contract: Based
upon section 256 of the National Defense Authorization Act for Fiscal
year 1995 (Public Law 103-337), cost sharing is required. Cost shared
contracts or cooperative agreements are anticipated. It is noted that
FAR part 31 sets forth the principles for allowable cost share
pertaining to contracts while OMB Circular A-110 defines allowable cost
sharing for cooperative agreements. A copy of OMB Circular A-110 may be
obtained upon request by calling 202-395-4660. (5) Government Furnished
Property: It is anticipated the Government will supply test articles to
demonstrate system performance and capability in the form of fan blades
and possibly blisks. (6) Size Status: Firms responding should indicate
their size status as well as indicating whether they are or are not a
socially and economically disadvantaged business or a woman owned
business. For this award, small businesses are considered to employ 500
or fewer employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Such
firms are asked to notify the Air Force 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: Offerors should apply the restrictive notice
prescribed in the provision of FAR 52.215-1 ( e), "Restriction on
Disclosure and Use of Data," to trade secrets or privileged commercial
and financial information contained in their submittals. Proposal
questions should be directed to one of the points of contact listed
elsewhere herein. Offerors should consider instructions contained in
the "WL BAA and PRDA Guide for Industry" referenced in Section A of
this announcement. Proposals shall be submitted in separate volumes,
technical and cost; the cost proposal shall be valid for 180 days.
Proposals shall reference the above PRDA number. Proposals shall be
submitted in an original and four copies. 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: Adequate price competition is
anticipated. The accompanying cost proposal/price breakdown shall be
furnished with supporting schedules and shall contain a personhour
breakdown per phase and task. An analysis of each major subcontractor
must be performed by the offeror in accordance with FAR 15.404-3 and
included in the cost proposal. Details of the cost sharing to be
undertaken and the rationale for the cost share percentage should be
included in the cost proposal. (3) Technical Proposal: The technical
proposal shall include a discussion of the nature and scope of the
research and technical approach, as well as a discussion of the
business strategy and implementation methodology. 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 not included in the page limit. The
technical proposal shall include: (a) a Statement of Work (SOW)
detailing the technical tasks proposed to be accomplished under the
proposed effort and suitable for contract incorporation. Any questions
concerning the technical proposal or SOW preparation shall be referred
to the Technical Point of Contact cited in this announcement. Offerors
should also refer to the WL Guide referenced in Section A to assist in
SOW preparation; (b) a statement of intention, if any, to use foreign
nationals; (c) a break out of person hours for each phase and major
task in the SOW; and (d) the names and qualifications of subcontractors
and consultants, and the level of effort to be subcontracted or
consulted. Offerors are notified that the SOW, or any part thereof, may
be incorporated by reference, in any resulting award. The paragraph
numbering used in the Technical Proposal for the technical approach
discussion, the SOW tasks, and the Cost Proposal shall correlate.
Travel is projected to include, but not be limited to: Contract
Kick-off Meeting, Design Reviews, Semiannual, Quarterly and End of
Contract Reviews at locations selected by the Government. (4) Page
Limitations: Technical proposals shall not exceed 100 pages, double
spaced, single-sided on 8.5" x 11" paper using 12 pitch or larger type
with 1.0" minimum margins. The page limitation includes all
information, i.e., indexes, photographs, foldouts, and appendices.
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 50 pages as a goal. (5) Preparation
Costs: This announcement is an expression of interest only and does not
commit the Government to pay for any proposal preparation cost. The
cost of preparing proposals in response to this PRDA is not an
allowable direct charge to any resulting contract or any other
contract. It may be, however, an allowable expense to the normal bid
and proposal indirect cost as specified in FAR 31.205-18. If selected
for negotiations, qualifying offerors may be required to submit a
subcontracting plan. E -- BASIS FOR AWARD: The selection for award will
be based on a complete evaluation of offerors' response (both technical
and cost) to determine the overall merit of the proposal in response to
this announcement. The technical aspect, which is ranked first in order
of priority, shall be evaluated based upon the following criteria in
descending order as shown: (a) soundness of technical approach
including new or unique concepts, ideas or approaches; (b) business
strategy to commercialize this technology within and without the
aerospace sector through equipment sales and industry services; (c)
understanding of the problem; and (d) special technical factors
including personnel qualifications, facilities available and equipment.
Cost and/or price, which includes consideration of proposed budgets and
funding profiles, is a substantial factor, but ranked as the second
order of priority to the technical criteria. No other evaluation
criteria will be used. The technical and cost information will be
evaluated at the same time. The Government reserves the right to select
for award of a contract, cooperative agreements, or a grant (for
universities and non-profit institutions), any, all, part or none of
the proposals received. Award of a grant to universities or non-profit
institutions or cooperative agreement, in lieu of a contract, will be
considered and will be subject to the mutual agreement of the parties.
The Government reserves the right to award any resulting contract
pursuant to the Research and Development Standard Contract format in
DFARS 235.70. F -- POINTS OF CONTACT: Technical point of contact is Mr.
Timothy Swigart, (937) 255-3612/2413, fax (937) 656-4420, or e-mail:
swigartc@ml.wpafb.af.mil. Contractual point of contact is Mr. William
O. Beeman, (937) 255-3506/7143, fax (937) 255-4434, or e-mail:
beemanwo@wl.wpafb.af.mil. (2) An ombudsman had been appointed to hear
concerns from offerors and potential offerors during the proposal
development phase of this acquisition. The purpose of the Ombudsman is
not to diminish the authority of the Contracting Officer, but to
communicate contractor concerns, issues, disagreements and
recommendations to the appropriate Government personnel. All potential
offerors should use established channels to voice concerns before
resorting to use of the Ombudsman. When requested, the Ombudsman will
maintain strict confidentiality as to the source of the concern. The
Ombudsman does not participate in the evaluation of proposals or in the
selection decision. Interested parties should direct all routine
communication concerning this acquisition to Mr. William O. Beeman,
Contract Negotiator, WL/MLKT, Bldg. 7, 2530 C Street, Wright-Patterson
AFB OH 45433-7607, telephone (937) 255-3506.. These serious concerns
only may be directed to the Ombudsman, Lt Col James P. Bixler, Deputy
Chief, R&D Contracting Office, Det 1 AFRL/PK, Building 7, 2530 C
Street, Wright-Patterson AFB OH 45433-7607, e-mail:
bixlerjp@wl.wpafb.af.mil, telephone (937) 255-4813. See Note 26 (0049) Loren Data Corp. http://www.ld.com (SYN# 0008 19980220\A-0008.SOL)
A - Research and Development Index Page
|
|