SOURCES SOUGHT
14 -- Sounding Rocket Program Follow-on (SRP-2) Contracts
- Notice Date
- 9/24/2002
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
- ZIP Code
- 90245-4659
- Solicitation Number
- Reference-Number-93
- Point of Contact
- Lisa Postma, Contract Negotiator, Phone (505) 853-3963, Fax (505) 846-6387, - Kenneth West, Contracting Officer, Phone (505) 846-7381, Fax null,
- E-Mail Address
-
lisa.postma@kirtland.af.mil, kenneth.west@kirtland.af.mil
- Description
- In November 2000 the Rocket Systems Launch Program (RSLP), Kirtland AFB, Albuquerque, NM, issued four Sounding Rocket Program Follow-on (SRP-2) contracts. These contracts are seven-year Indefinite Delivery, Indefinite Quantity (IDIQ) Task Order contracts: F04701-00-D-0206 (Space Vector Corporation); F04701-00-D-0207 (Orbital Sciences Corporation); F04701-00-D-0208 (Coleman Research Corporation); and F04701-00-D-0209 (Lockheed Martin Space Systems Co.) that provide RSLP with sounding rocket flight test services. The purpose of this synopsis announcement is to perform market research to determine if there are additional sources of these services other than the four contractors already awarded SRP-2 contracts. In the event no additional sources are found to exist, this information may be used to support an out-of-scope ceiling increase to the SRP-2 contracts on the basis of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This increase would increase the SRP-2 contracts from the current value of $96 Million to a value of $400 Million to accommodate the increase in mission requirements. This program provides enhanced capability and flexibility in the development of RSLP sounding rocket launch vehicles and launch services with the use of Government Furnished Equipment (GFE) or commercial boosters to meet a wide variety of mission requirements. The contractors are required to integrate Minuteman or other booster stages with the GFE payload to include; development of guidance and control systems, targeting launch vehicle, development of flight termination systems and resolution of range safety issues, provide launch services, and perform post-launch analysis. The contractors develop, procure, and build flight-test hardware, and integrate and launch vehicles from any of the national test ranges. The contract period of performance will remain at seven years. This contract requires flexibility in responding to unique technical requirements, vehicle quantity, and schedule changes. Dependent on the mission, the government may provide the following GFE: boosters, payload, facilities, launch vehicle transportation, and selected ground handling, launch, and support equipment. The Government is requesting newly interested firms to submit a Statement of Capability (SOC) expressing their desire and ability to meet the SRP objectives. Potential additional sources must submit a written statement of capabilities (SOC) to this office. The SOC shall contain pertinent and specific information addressing these 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, and (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. The responses provided in the three areas above should contain information demonstrating ability to meet the following technical requirements: (1) Ability to design a variety of launch vehicles using GFE and commercial boosters meeting all technical, mission, and safety requirements. This includes ability to (a) design launch vehicles based on a range of motors; (b) incorporate different national test range ground and flight safety requirements into the design of the launch vehicle systems; (c) integrate a payload designed and provided by an independent payload contractor to the launch vehicle to provide a complete sounding rocket booster system; (d) design, develop, and test necessary modifications to the booster motor, to include guidance and control hardware and software, and attitude control systems capable of performing post-boost maneuvers. (2) Ability to perform a range of mission planning, targeting, and data analysis efforts. This includes ability to (a) target a variety of different launch vehicles; (b) coordinate mission parameters with outside agencies by providing trajectory data and vehicle characterization; (c) perform post-mission analysis of booster telemetry and sensor data; (3) Ability to fabricate and test necessary components and provide required modifications to the boosters. This includes the ability to (a) manufacture and test attitude control hardware capable of performing required post-boost maneuvers; (b) fabricate, modify, integrate, and test guidance and control systems; (c) provide facilities, tooling, support and test equipment for both hardware and software, which the contractor will maintain and utilize for testing, manufacturing, integration and analysis; (d) test hardware for vibration, shock, humidity and temperature for both individual components and integrated systems; (e) provide facilities to safely test individual components and integrated systems; (f) safely transport hardware, including rocket motors and pyrotechnic devices; (g) obtain access to a manufacturing and testing facility with facility clearance at the SECRET/ NOFORN level. (4) Ability to plan and perform flight test operations from any government or commercially owned launch range (Kwajalein Missile Range, Western Test Range, Eastern Test Range, Wallops Island, White Sands Missile Range, Kodiak Spaceport, Pacific Missile Range Facility, etc.). This includes: (a) planning launches from the range in accordance with relevant ground and flight safety requirements and mission requirements; (b) integrating and servicing boosters and payload using existing storage, missile assembly and integration and operations facilities. (5) Ability to provide program management activities, integrating systems engineering and other activities. This includes: (a) experience interfacing with several independent payload contractors, government agencies, and range safety offices; (b) capability of efficiently integrating systems engineering disciplines such as configuration management, reliability, quality assurance, safety, manufacturing, etc; (c) facilities and procedures for hosting SECRET / NOFORN meetings. Any response not addressing all the above requirements will be rejected. The SOC must be submitted by 15 Oct 02, and is limited to 25 pages, excluding resumes. All replies to this synopsis must reference the contract numbers listed above. Submit only unclassified information. All responses shall include company size status under the North American Industrial Classification System (NAICS) code identified below. Submit all responses to this synopsis to SMC Det 12/PKS, Attn: Lisa Postma, 3548 Aberdeen Ave SE, Bldg 415, Rm 212, Kirtland AFB, NM 87117-5778. If you are interested only in subcontracting possibilities, please indicate this clearly in your submission. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, an 8(a) firm, a historically black college or university or a minority institution. The government reserves the right to set this acquisition, or portions thereof, aside for small businesses, socially and economically disadvantaged businesses, 8(a) firms, historically black colleges or universities, and minority institutions. For this proposed acquisition, the definitions in FAR 19.001 and small business size standard for NAICS 336414, size standard 1000 employees apply. Foreign firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level. The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by 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 those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. Request certification and registration from the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412 as soon as possible. This announcement is for information and planning purposes only. It does not constitute an RFP and is not to be construed as a commitment by the Government. Questions pertaining to this announcement shall be directed to Lisa Postma, SMC Det 12/PKS at (505) 853-3963, email lisa.postma@kirtland.af.mil, fax (505) 846-6387. Note 26 applies to this acquisition.
- Place of Performance
- Address: See Description above.
- Record
- SN00174726-W 20020926/020924213523 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |