Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 20,1998 PSA#2036

R&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