Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2004 FBO #1066
SOURCES SOUGHT

R -- Advisory & Assistance Services (A&AS), Systems Engineering and Technical Assistance (SE/TA)

Notice Date
10/25/2004
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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-8
 
Response Due
11/8/2004
 
Archive Date
11/23/2004
 
Description
The Rocket Systems Launch Program (RSLP), Kirtland AFB, Albuquerque, NM, is contemplating a multi-year Cost Plus Award Fee (CPAF) contract for technical, engineering, analytical services, quick response research, mission assurance, and special studies to support the launch vehicle acquisition and launch process supporting Space & Missile Systems Center (SMC) Det 12/RSLP requirements generation, planning, budgeting, acquisition and mission assurance. This procurement will replace the existing Advisory and Assistance Services contract with Northrop Grumman Missile Defense, which expires in December 2005. RSLP is responsible for the management of deactivated Peacekeeper, and Minuteman I and II ICBM assets. This effort will consist of support tasks necessary for operations of launch vehicle systems and technology. Interface with SAF/USA, SAF/AQ, AF/XO, AFSPC/DR/XO, OO-ALC, MDA, AFRL, NASA and other government offices will be required. RSLP provides launch vehicles, payload integration, mission planning, booster storage, maintenance, logistics support and launch services for research and development tests. RSLP also obtains, stores, and uses retired ballistic missiles as test launch vehicles. The contract will contain a conflict of interest clause covering access to other companies proprietary information and restricting performance and related activities as a prime contractor, first tier subcontractor or a consultant during the entire life cycle for all systems covered by the contract. Responses submitted to this synopsis should contain information demonstrating the ability to meet the following technical requirements: 1) Ability to assist in review of contractor technical performance. Review contractor and other agency activities, in-plant practices and procedures, records, tests, and technical results to evaluate compliance with technical guidelines and requirements. Review and evaluate contractor plans, specifications, designs, analyses, drawings, test procedures, and reports; 2) Ability to perform analyses and trade studies to define mission requirements, support mission planning, and evaluate launch vehicle configurations. Conduct payload integration activities to ensure compatibility between the payload and launch vehicle including electrical interfaces, electromagnetic interference effects, mechanical/envelope interfaces, support equipment requirements, thermal effects, dynamic loads and structural margins, and payload environments. Perform trajectory, stability, control, mass properties, and post-boost deployment performance analyses, and perform bending analyses to support targeting and controls. Conduct break-up analyses and hazards to support Range Safety requirements. Aid in pre-flight qualification of on-board software via computer simulation. Support mission assurance, launch operations, post-flight analyses and mishap/anomaly investigations; 3) Coordinate requirements definition, integration and implementation throughout booster/motor preparation. Support booster processing including inspection, nondestructive testing, and refurbishment activities to ensure Government assets are flightworthy. Develop facility, transportation, and handling equipment requirements for excess ballistic missile storage. Support the design, test, and checkout of new and modified equipment. Support environmental assessments, hazards analyses, and safety plans associated with the acquisition of additional storage facilities; 4) Perform systems engineering tasks necessary to develop, produce and deploy missile, missile basing, reentry, and launch vehicle systems and technology. Perform technology trade studies in the areas of Ballistic Missile Guidance and Missile Electronics, Reentry Vehicle Technologies, Ballistic Missile Propulsion and Missile Basing and Operations. Evaluate advanced system options on the basis of mission compatibility, performance potential, relative cost including reliability, maintainability, producibility and technology maturity. Offerors are to note that specifications, data, plans, or drawings critical to this effort are in the possession of the incumbent and cannot be furnished by the Government. Potential sources must submit Statements of Capability (SOCs) to this office. The SOC shall address the above requirements and contain pertinent and specific information addressing the following areas: 1) Experience: an outline of previous efforts, specific work previously performed and any in-house effort, relevant to the specific task areas of this effort , and proposed policy for complying with organizational conflict of interest requirements; 2) Personnel: name, professional qualifications, and specific experience of scientific and engineering personnel who will be assigned to work in areas of this effort, and management personnel who might be assigned to work in areas of this effort; and 3) Facilities: a statement regarding industrial security clearance and facilities to support work at the TOP SECRET/Sensitive Compartmented Information level. The SOC(s) will be rejected unless all the above technical requirements are addressed. The SOC must be received by November 8, 2004. Each SOC is limited to 25 pages, excluding resumes. All replies to this synopsis must refer to the reference number (8) above. Submit only unclassified information. All responses shall include company size status under the NAICS code identified below. One hard copy and one soft copy (PDF or MS Word, font size no less than 10) shall be submitted. Submit all responses to this synopsis to SMC Det 12/PKN, Attn: Ms Virgie Henderson, 3548 Aberdeen Ave SE, Bldg 415, Kirtland AFB, NM 87117-5776. If you are interested only in subcontracting possibilities, please indicate this clearly in your submission. Initial award of any resultant contract is anticipated by December 2005. 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 NAICS size standards apply. The NAICS code is 541710, and the size standard is 1,000 employees. 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 Ms Virgie Henderson, Contract Specialist, SMC Det 12/PKN at (505) 846-5103, email virgie.henderson@kirtland.af.mil, (telefax (505) 846-6387). An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall 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. Interested parties are invited to call the Space and Missile Systems Center Ombudsman, Mr Pat Devine at (310) 363-3571. Note 25 applies to this acquisition.
 
Place of Performance
Address: Albuquerque, NM.
 
Record
SN00698668-W 20041027/041025211853 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.