Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 24,1999 PSA#2374

United States Air Force, Air Force Materiel Command, AFRL -- Phillips Research Site, 2251 Maxwell Ave, Kirtland AFB, NM, 87177

A -- ATMOSPHERIC COMPENSATION ANALYSIS (ACA) SOL 99-DE02 DUE 072699 POC Sanae Yata, Contracting Officer, Phone 505/846-5119, Fax 505 843 3398, Email yatas@plk.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=99-DE02&LocID =1122. E-MAIL: Sanae Yata, yatas@plk.af.mil. PROGRAM RESEARCH DEVELOPMENT ANNOUNCEMENT (PRDA) FOR ATMOSPHERIC COMPENSATION ANALYSIS (ACA). SOL PRDA 99-DE02. POC for contractual issues: Ms. Sanae Yata, Contracting Officer, (Telephone: 505/846-5119; Telefax: 505/846-1546; E-mail: yatas@plk.af.mil). POC for technical issues: Capt. Jeffrey D. Barchers, (Telephone: 505/846-5671; Telefax: 505/846-2213; E-Mail: barcherj@plk.af.mil). Information concerning this acquisition will be available on the Electronic Posting System (EPS) at http://www.eps.gov. The AFRL BAA/PRDA Guide, dated 29 Jun 98, is available at http://aftech.afrl.af.mil/policy-guides.htm . A _ INTRODUCTION: PRDA 99-DE02. The Air Force Research Laboratory (AFRL) Directed Energy Directorate (DE), Kirtland AFB, NM is seeking innovative proposals for research to solve scientific and engineering problems on Adaptive and Atmospheric Optics Compensation. Proposals with new or unique ideas which enhance the state-of-the-art and scientific knowledge in this field are solicited. AWARD OF CONTRACTS ISSUBJECT TO AVAILABILITY OF FUNDING. CONSEQUENTLY, ALL POTENTIAL OFFERORS SHOULD BE AWARE THAT DUE TO UNANTICIPATED BUDGET FLUCTUATIONS, FUNDING MAY CHANGE WITH LITTLE OR NO NOTICE. B -- REQUIREMENTS: The ACA proposals are desired for development of new and innovative concepts for the following areas: (1) Analysis of the effects of strong scintillation on the performance of adaptive optical systems; (2) Techniques for evaluating the performance of phase-only AO systems in the presence of strong turbulence (phase and intensity fluctuations); (3) Analytical techniques for determining anisoplanatic effects on the intensity of laser beams corrected by adaptive optics and propagated into space; (4) Real-time adaptive control schemes and algorithms which incorporate multiple measurements in space or time for optimal compensation in the presence of strong turbulence; (5) Atmospheric compensation in the presence of strong scintillation including advanced concepts and technologies for real-time compensation of the effects of atmospheric turbulence for laser beam propagation and imaging through turbulence which is distributed along all or most of the propagation path; (6) Approaches for mitigation of the effects of scintillation on adaptive optics reference beacons; and (7) Techniques for tracking of extended targets in the presence of strong scintillation including technologies for improving high bandwidth and real-time tracking of extended targets through atmospheric turbulence which is distributed along the line of sight. C -- PROPOSAL PREPARATION INSTRUCTIONS: (1) General: (a) Offers are solicited from all sources capable of satisfying the Government_s requirement and are not limited in technical approach, though the proposal should consider the goals of the efforts listed above. (b) Proposals are due thirty (30) days from the date this announcement is published. The proposals must reference the above PRDA number and include a unique proposal identification. Proposals shall be valid for a period of not less than 180 days after the due date. (c) Submit proposals to Det 8 AFRL/PKDL (Attn: S. Yata), 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773. Proposals submitted by fax or e-mail will not be considered for award. (d) Projected total funds are currently unavailable; however, funding level is estimated at $250K per year extended over a three-year period of performance for a total of $750K. (e) Submit Technical and Cost proposals in separate volumes. (f) Submit an original and three (3) copies of the proposal. (g) In order that proposals are afforded proper handling, offerors must mark their proposals with the restrictive language stated in FAR 15.609(a). (h) The cost of preparing proposals in response to this announcement is not an allowable direct charge to any resulting contract or any other contract, but may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. (i) A cost-plus-fixed-fee (CPFF) contract(s) is contemplated; however, other types may be considered. (2) Technical Proposal: (a) Technical proposal shall include an Executive Summary, Program Description, Program Plan, Milestone Chart, Facilities and Equipment Description, Description of Relevant/Related Prior Work, and Resumes of Key Personnel. (b) Technical proposal shall also include a Statement of Work (SOW) detailing the technical tasks to be accomplished under the proposed effort. (c) Deliverables including data/reports and a final report shall be proposed, indicating delivery dates, that will adequately provide the Government with sufficient information to ascertain the effectiveness of the offeror_s operations. (d) Technical proposal shall be limited to 25 pages (12 pitch or larger type), double spaced, single sided, 8.5 by 11 inch pages, with 1-inch margin on top and bottom of page and 34- inch side margins. The page limitation includes all information ( i.e., indices, photographs, foldouts; appendices), however, excludes attachments and resumes. THE GOVERNMENT WILL ONLY READ AND EVALUATE TECHNICAL PROPOSALS UP TO THE PAGE LIMITATION. (3) Cost Proposal: (a) The cost proposal shall be limited to 10 pages. The cost information other than cost or pricing data requested therein is necessary for the Government to perform cost realism analysis. (b) Cost proposal shall be prepared in accordance with instructions entitled _AFRL Phillips Research Site BAA/PRDA Cost Proposal Instructions_ at http://www.plk.af.mil/pk. D _ BASIS FOR AWARD: (1) Evaluation will be in accordance with AFMC FARS 5335.016-90. (2) Proposals will be evaluated using the following factors in descending order of importance, based on scientific or peer review: (a) The overall scientific and/or technical merit of the proposal; (b) The potential contributions of the effort to the project_s mission and the extent to which the research effort will contribute to balancing the overall mission program. The proposal should be directed toward advancing the state-of-the-art and should provide for new and creative research and development solutions for scientific and engineering problems. (c) The offeror_s capabilities, related experience, facilities, techniques, or unique combinations of these which are integral factors for achieving the proposal objectives; (d) The qualifications, capabilities, and experiences of the proposed key personnel who are critical to the achievement of the proposed objectives; (e) Offeror_s record of past and present performance; and (f) Reasonableness and realism of the proposed costs and fee/profit. No further evaluation criteria will be used in selecting the proposals. (3) To be eligible to receive an award, an offeror is required to be registered in the DoD Central Contractor Registration Database prior to award of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement, for awards based on solicitations issued after 31 May 98. Offerors must register on a one-time basis and annually confirm accuracy and completeness of registration information. Either the CAGE code or DUNS number will be used to identify the contractor to the paying office. E -- EXPORT CONTROL AND FOREIGN DISCLOSURE: This acquisition may involve technology and/or may require access to Militarily Critical Technical Data that is subject to Export Control laws and regulations. Only those offerors who are registered and certified with the Defense Logistics Information Service (DLIS) may submit proposals. The offerors are required to submit a certified copy of the DD Form 2345 before award as a condition for award. Contact the DLIS, 74 North Washington, Battle Creek, Michigan 49016-4312 (1-800-352-3572) for further information on certification and approval process. Foreign-owned firms are advised that they may not be able to receive awards as they are precluded from becoming a prime contractor. F -- FEDERALLY FUNDED RESEARCH AND DEVELOPMENT CENTERS (FFRDCs): The Government does not intend that FFRDCs use privileged information or access to facilities to compete with the private sector. If an offeror proposes using an FFRDC as a subcontractor, other than DoD-sponsored FFRDCs in the capacities discussed in DFARS 235.017, it must provide rationale in its proposal that supports the unique capability of the FFRDC. Also, the proposal must demonstrate that the FFRDC can accept work from other than the sponsor. G -- OMBUDSMAN: An Ombudsman has been appointed to hear concerns from offerors or potential offerors, primarily during the proposal development phase of this competitive, negotiated acquisition. The purpose of the Ombudsman is not to diminish the authority of the Program Director of Contracting Officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel in the pre-proposal phase of competitive, negotiated acquisitions. Before contacting the Ombudsman, potential offerors should first communicate with the Contracting Officer. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact the DET 8 AFRL Ombudsman, Mr Eugene DeWall, Det 8 AFRL/PK-D, at (505) 846-4979 or at 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773. 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 source selection process. H -- ADDITIONAL INFORMATION: (1) This CBD announcement in and of itself constitutes the Program Research and Development Announcement (PRDA) and is open until rescinded. Any proposal received after the specified date may be evaluated dependent upon the availability of funds. (2) Subject to the availability of funds, the Government reserves the right to select for award any, all, part, or none of the proposals received. Multiple awards may be made. (3) For the purposes of this PRDA the SIC code is 8731 and its size standard is 1000 employees. The acquisition is unclassified. It is unrestricted and solicited based on full and open competition. However, offerors should indicate whether they are a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) qualified business, a Woman-Owned Business, or an HBCU/MI. Socially and Economically Disadvantaged firms are required to obtain certification through the SBA (either through offeror_s local SBA office or online at www.sba.gov). (4) Offerors must have or be able to obtain a SECRET facility clearance. (5) Discussions with any of the points of contact shall not constitute a commitment by the Government fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the Government. (6) When requested, a debriefing will be provided in accordance to FAR 15.1005. A copy of each final report of any resultant contract is available, subject to national disclosure policy and regulations. Posted 06/22/99 (D-SN345954). (0173)

Loren Data Corp. http://www.ld.com (SYN# 0012 19990624\A-0012.SOL)


A - Research and Development Index Page