SOURCES SOUGHT
18 -- Modular Mechanical Ordnance Destruct System (MMODS)
- Notice Date
- 3/13/2009
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- FA8818-06-D-0029
- Archive Date
- 4/4/2009
- Point of Contact
- James R Jefferis, Phone: 505-846-4597
- E-Mail Address
-
james.jefferis@kirtland.af.mil
- Small Business Set-Aside
- N/A
- Description
- The Air Force Space and Missile Systems Center, Space Development and Test Wing, Launch Test Squadron (SMC SDTW/LTS), Kirtland AFB, Albuquerque, NM anticipates the release of a non-competitive modification to an existing MMODS contract. The contract is for ongoing ordnance testing for the Rocket Systems Launch Program of the following Modular Mechanical Ordnance System (MMODS) components required for flight certification: (1) Pull Activated Devices (PAD) (2) Linear Shaped Charge (LSC) (3) Flexible Detonating Cord (FDC) (4) Electro Explosive Devices (EED) for Safe and Arm (SA) components MMODS is the flight termination system required by the ranges used for all RSLP long range target and space launches. This synopsis is being issued to determine any additional interest in supporting the Government's MMODS needs. Submissions in response to this synopsis must demonstrate significant expertise in the following areas and provide data substantiating each requirement: (1) Ability to perform initial recertification by 30 September 2009. (2) Ability to comply with Pacific Scientific Energetic Materials Company documents TS10481C, "Minuteman Modular Mechanical Ordnance Destruct System (MMODS) EWR 127-1 Requirements" dated 7 Oct 2004 and LATP 701660, "Lot Acceptance Test Procedure for Minuteman II Rocket System Launch Program (RSLP) MMODS" dated 13 Dec 04. (3) Ability to provide transportation of the components from VAFB to Contractor test facilities. (4) Ability to provide all hardware and support equipment associated with the life extension testing not included in paragraph 4. (5) Ability to provide Stage 2 PAD mounting bracket assemblies and Stage 1 PAD clamps to replace the GFE assemblies and clamps, which will be consumed in testing. This will allow for Contractor testing without lead time issues for manufacturing clamps/brackets. Contractor can choose to supply bracket assemblies and clamps. (6) Ability to provide a test procedure describing the testing to be performed and including pass/fail criteria. Contractor format is acceptable as specified in Exhibit A, CDRL A001 of the contract. Western Range Safety and RSLP approval will be obtained prior to commencement of testing. (7) Ability to cut LSC to subscale lengths. (8) Ability to provide coiled FDC with ends fastened in standard flight configuration. (9) Ability to perform Non-Destructive Testing to include Visual and Dimensional checkout, leakage, and X/N-ray per the referenced LATP. (10) Ability to perform Destructive Testing to include High Temperature Storage, Thermal Cycling, Shock, Random Vibration, Operational Sinusoidal Vibration, Leakage, and X/N-ray per LATP 701660. (11) Ability to perform Firing Test, with an equal mix of units at low and high temperature per LATP 701660. RESPONSES TO THIS SYNOPSIS MUST BE RECEIVED NO LATER THAN 7 DAYS AFTER PUBLICATION. THE 7-DAY RESPONSE TIME IS REQUIRED DUE TO CRITICAL PROGRAM SCHEDULE. RESPONDENTS NOT MEETING THE ABOVE REQUIREMENTS WILL NOT BE CONSIDERED. ALL POTENTIAL OFFERORS MEETING THE ABOVE REQUIREMENTS MUST SUBMIT A WRITTEN STATEMENT OF CAPABILITIES (SOC) TO THIS OFFICE. The SOC shall contain pertinent and specific information addressing the following 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. Any SOC not addressing all the above requirements will be rejected for the purposes of making set aside determinations. The SOC must be submitted within 7 calendar days of this publication, and is limited to 25 pages excluding resumes. Submit only unclassified information. All potential offerors shall include company size status under the Standard Industrial Classification (SIC) code identified below. Submit all responses to this synopsis to SMC SDTW/PKS, Attn: Mr. Arthur C. Trader, 3548 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776. The effort is anticipated to be awarded on a Firm Fixed Price basis. For this proposed acquisition, the definitions in FAR 19.001 and small business size standard for SIC 3761, size standard 1000 employees apply. The research and test data produced under a resultant contract may contain Militarily 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 49106-3412 as soon as possible. This announcement is for information and planning purposes only. It does not constitute a Request for Propoal (RFP) and is not to be construed as a commitment by the Government. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels during the proposal development phase of this acquisition. Potential offerors should communicate first with the Contracting Officer to request information, pose questions, and voice concerns before contacting the Ombudsman. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact: Center/MAJCOM Ombudsmen Mr. James H. Gill 483 North Aviation Boulevard El Segundo, CA 90245 (310) 653-1789. For contracting issues, please contact SMC SDTW/PKS, James R. Jefferis/505-846-4597.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=33487938e94888d7b17372a8802bf0e5&tab=core&_cview=1)
- Place of Performance
- Address: Suppliers facility., United States
- Record
- SN01768756-W 20090315/090313215606-33487938e94888d7b17372a8802bf0e5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |