Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2009 FBO #2821
SOURCES SOUGHT

18 -- WIPER Receiver - DSX Prgm - R&D Svs - NOCA for WIPER - RFI

Notice Date
8/13/2009
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL, Space Vehicles Directorate, Kirtland AFB, 2251 Maxwell Ave, Kirtland AFB, New Mexico, 87117
 
ZIP Code
87117
 
Solicitation Number
FA9453-09-R-0007
 
Point of Contact
Francis M. Eggert, Phone: 505-846-7603, Jeannie A Barnes, Phone: 505 846 4695
 
E-Mail Address
Francis.Eggert@kirtland.af.mil, jean.barnes@kirtland.af.mil
(Francis.Eggert@kirtland.af.mil, jean.barnes@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOCA WIPER 13 Aug 09 Note! All correspondence must be submitted to the Contracting POCs. 1. Part: U.S. Government Procurements 2. Subpart: Services 3. Procurement Classification Code: A - Research and Development (R&D); Code # 18 - Space Vehicles 4. Agency: Department of the Air Force 5. Responsible Office and Address: Air Force Research Laboratory (AFRL) Det 8, Space Vehicles Directorate (AFRL/RV); Mail to: Det 8 AFRL/RVKB; Attn: Mr. Francis M. Eggert or Ms. Jean A. Barnes; 2251 Maxwell Ave. S.E.; Kirtland AFB, N.M. 87117-5773. 6. North American Industry Classification Systems (NAICS) Code: 541712 - R&D in the Physical, Engineering & Life Sciences (except Biotechnology) 7. Solicitation Number: FA9453-09-R-0007 8. Notice Type: Notice Of Contract Action (NOCA) - Sole Source Follow-on Contract 9. Subject: Engineering Services to support the Wave-Induced Precipitation of Electron Radiation (WIPER) receiver to be integrated into Demonstration Science Experiment (DSX) spacecraft for the Battlespace Environment Division requirements. 10. Original Contract: FA8718-05-C-0027, awarded 20 May 2005 to Stanford University, Stanford, CA. The contract was previously awarded under full & open competition by: Electronic Systems Center (ESC); Air Force Material Command (AFMC), USAF; Attn: R&D Contracting Division, AFMC ESC/PKR; 11 Eglin Street, Bldg 1618; Hanscom AFB, MA 01731-2120; Contracting Point of Contact for this contract is Ms Janet L. Maille, e-mail: Janet.Maille@hanscom.af.mil; Phone: 1-781-377-4007; FAX: 1-781-377-4417. 11. Description of this Action: The Air Force Research Laboratory (AFRL), Det 8 Contracting Directorate, on behalf of the Space Vehicles Directorate, Kirtland AFB, NM, intends to award a sole source follow-on contract to Stanford University for the following described efforts based upon technology developed and demonstrated by Stanford University under contract FA8718-05-C-0027. The original contract was awarded under full and open competition. This NOCA is part of a market research effort to assess industry capabilities that will best address the AFRL's Battlespace Environment Division (RVB) needs described below. 12. Background. The WIPER payload, procured under contract FA8718-05-C-0027 awarded to prime contractor Leland Stanford Junior University, is a primary payload of the DSX mission. WIPER includes the Broadband Receiver (BBR), transmission control unit, narrowband receiver, and VLF transmitter (collectively, the TNT), and the Tri-Axial Search Coil (TASC). These instruments, developed by the prime contractor and its subcontractors as unique systems, are designed to provide information about the radio frequency and particle space environment and to increase understanding of the performance of antennae in space plasma. 13. Description of the Efforts Needed, and Statement of Work (SOW). AFRL/RVB has a continued requirement for engineering services required for final integration of the Wave-Induced Precipitation of Electron Radiation (WIPER) payload. These activities include WIPER payload spacecraft integration and test, spacecraft storage, pre-launch and launch operations, on-orbit satellite check-out, and continuing on-orbit engineering and data analysis. The offeror(s) must clearly demonstrate an in-depth and comprehensive knowledge of the WIPER design and assembly, prior sensor testing results, current WIPER testing procedures, and all aspects of WIPER data acquisition as contracted for under contract FA8718-05-C-0027. The contractor must also demonstrate an in-depth knowledge of the WIPER payload design, manufacturing, testing, calibration and its role in the Demonstration and Science Experiments (DSX) mission. The contractor will be required to provide engineering services required to support the DSX satellite payload designated WIPER, which includes the Broadband Receiver (BBR), transmission control unit, narrowband receiver, and VLF transmitter (collectively, the TNT), and the Tri-Axial Search Coil (TASC). The following tasks will be included in the research effort: (1) Engineering services during the period in which the DSX Program continues on-going spacecraft integration activities. The program requires engineering services for the WIPER payload, located at Kirtland AFB, during payload integration onto the spacecraft, spacecraft assembly and spacecraft integration and testing. This includes, but is not limited to, test data evaluation, diagnostics evaluations for anomalies or failures related to WIPER during spacecraft integration as a result of testing of WIPER at the unit level, WIPER subsystem level, and/or completed spacecraft level, as required by the DSX Project Manager. It is expected that rigorous thermal, vibration, and shock testing will be performed at the spacecraft level. In addition, currently ongoing concept of operations (CONOPS) planning and the development of WIPER-specific scheduling, commanding and data reduction software will continue. The period of performance of this effort is anticipated to begin 01 January 2010 and continue until DSX integration is completed and testing activities are concluded. (2) Engineering services during the period in which the DSX spacecraft is in storage awaiting delivery to launch facility through the time it is delivered to the launch integration facility. The program will require engineering services as needed for monitoring of the health and well-being of the WIPER payload during the period that it is in storage, pre-shipment activities to the launch site, shipment to the launch site, and arrival and check-out at launch site. Also during this period, the DSX Program requires highly specialized-engineering services that will include, but not be limited to, the development of data analysis techniques in preparations for operation of WIPER payload after launch and through mission life, which may include modeling and simulation. It is expected that this would include algorithm development for conversion of WIPER data from electronic digital data into engineering units and data products necessary for on-orbit mission operations. In addition, (CONOPS) planning and the development of WIPER-specific scheduling, commanding and data reduction software will continue. The period of performance of this effort is set to begin after DSX integration and test activities are conclude and end when pre-launch activities begin. (3) Engineering services for the period in which the DSX Program performs pre-launch activities and testing as it relates to WIPER payload. The DSX Program will require engineering services as needed for the WIPER payload in the pre-launch activities, including launch vehicle integration and testing and pre-launch rehearsals. (CONOPS) planning and the development of WIPER-specific scheduling, commanding and data reduction software will continue. (4) Engineering services during DSX launch operations for activities related to the WIPER payload, including testing and anomaly resolution. In addition, (CONOPS) planning and the development of WIPER-specific scheduling, commanding and data reduction software will continue. (5) Engineering services during the period in which the DSX Program performs early orbit-check of the DSX spacecraft and the WIPER payload. Engineering services for WIPER during the intense period of early orbit check-out related to the WIPER instrument is required. DSX Program requirements for this period include, but are not limited to, WIPER payload turn-on and commanding consultation, monitoring of WIPER's status and health, data acquisition, and verification that the WIPER payload is ready to begin mission operations. In addition, (CONOPS) planning and the development of WIPER-specific scheduling, commanding and data reduction software will continue. The period of performance of this effort is to begin at DSX spacecraft insertion into orbit and ends at the completion of the early-orbit checkout when the DSX spacecraft it verified for normal mission operations. (6) Engineering services during the period in which the DSX Program performs mission operations of the DSX spacecraft and the WIPER payload. Engineering support for WIPER during and after the mission life is required. DSX Program requirements for this period include, but are not limited to, monitoring of WIPER's status and health, commanding and scheduling consultation, data acquisition and quality of data verification, and verification of WIPER payload mission operation assumptions. The DSX Program may require from Leland Stanford Junior University highly specialized engineering services in anomaly resolution activities involving the WIPER payload. The aforementioned activities will continue beyond completion of the DSX prime mission, providing time to acquire and complete reduction of all WIPER mission data. The period of performance of this effort is will begin at verification of the DSX spacecraft for normal mission operations and end upon the AFRL notification of mission completed. 14. Period or Performance and Other Information. The period of performance for the above efforts is 60 months with an anticipated start date of Jan 2010. A Request for Proposal (RFP) will be issued to Stanford University provided other sources cannot furnish the services at equivalent terms. Respondents are required to provide sufficient information concerning their ability to fulfill the above requirements within the period of performance in order for the project office to determine the requirements can be met. A draft plan as well as resumes of key personnel must be included in the Statement of Capability (SOC). The SOC shall include a program plan, resumes, attachments, diagrams, etc. Information should also include CAGE Code and current Central Contractor Registration (CCR) information, Joint Certification Program information, financial information, business size, and other information you deem relevant to be capable of satisfying the government's need. Page limitation: The SOC is limited to a total of 25 pages and shall be single spaced, single-sided, 8.5 by 11-inch pages. Select an easy to read font no smaller than 12 pitch fixed or proportional font size 10 or larger. Smaller type may be used in figures and tables as long as it is clearly legible. The page limitation includes all information i.e., indices, photographs, foldouts (2 page), appendices, attachments, resumes, etc. Each printed side counts as one page. Blank pages, title pages, tables of content, lists, tabs or cover sheets are not included in the page count. The Government will not consider pages in excess of the limitation. Submit with a cover letter, an original with one electronic CD-R copy of the SOC. The electronic copy must be submitted on a compact disk (CD-R only) in a PC compatible file format and must be readable by Microsoft Office. AFRL will not divulge individual responses to this Sources Sought outside of AFRL/RV DSX Program Team. The information that you provide will be used solely by AFRL/RVB as market research. This is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. Submit responses to either Mr. Francis M. Eggert or Ms. Jean A. Barnes at the address listed below in the Contracting Points of Contact Information no later than 15 calendar days after the date of this announcement by 12:00 p.m. Mountain daylight time. No classified or sensitive information should be included in your response. All proprietary information must be marked as proprietary. The information that you provide will be used solely by AFRL/RVB as market research. AFRL will not divulge individual responses to this sources sought outside of AFRL/RV DSX Program Team. This is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1, Only One Responsible Source. This notice of intent is not a request for competitive proposals. However, all information received within fifteen (15) calendar days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested offeror(s) may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. Firms responding should indicate if they are a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) Certified Business, a Woman-Owned Business and/or a HUBZone Certified Small Business Concern. To be considered a Small Business the following applies: NAICS Code: 541712, size standard 1,000 employees. Foreign owned firms are advised to contact the Contracting POCs and or Technical POC before submitting a proposal to determine whether there are restrictions on receiving an award. It is anticipated that contractors will have access to or will generate data that is unclassified with limited distribution and/or subject to U.S. Export Control laws and or to International Traffic in Arms Regulations (ITARs). Firms affected by ITARs shall submit any documentation that apply to satisfy ITAR requirements upon the contracting officer's request. Therefore, only offerors who are certified by the Defense Logistics Information Services (DLIS) may submit offers. Contact US/Canada Joint Certification Office, DLIS, Federal Center, 74 Washington Ave, North; Battle Creek, Michigan 49037-3084 (1 (800) 352-3572). The e-mail: jcp-admin@dla.mil and web site: https://www.dlis.dla.mil/jcp/default.aspx for further information on certification and the approval process. If the respondent requires processing export control data to prepare the SOC, the respondent must have a current DD Form 2345, Military Critical Technical Data Agreement. It is anticipated that a DD Form 254, Contract Security Classification Specification, may be required in the future during the performance of this effort. The government reserves the right to conduce vendor oral discussions with the offorer(s) concerning its capabilities to support these services and clearly be able to demonstrate the ability to meet the current projected mission schedule for the DSX program. Note! All fact-finding questions shall be submitted to the contracting POCs in writing. 15. Contracting Points of Contact (POCs): The Contracting POCs are: AFRL/RVKB; Attn: Mr. Francis M. Eggert, Bldg 590; 2251 Maxwell Ave S.E.; Kirtland AFB, N.M. 87117-5773; Phone: 505-846-7603; FAX: 505-853-2804; e-mail: Francis.Eggert@kirtland.af.mil, and, AFRL/RVKB, Attn: Ms. Jean A. Barnes, Bldg 590; 2251 Maxwell Ave S.E.; Kirtland AFB, N.M. 87117-5773; Phone: 846-4695; e-mail: Jean.Barnes@kirtland.af.mil. 16. Technical POC: Technical responses must be submitted to AFRL/RV; Attn: Dr. Michael J. Starks; DSX WIPER Payload, Principal Investigator; 3550 Aberdeen Ave S.E; Kirtland AFB, N.M. 87117; Phone: (505) 846-5881; e-mail: michael.starks@kirtland.af.mil with a e-mail copy to the contracting POCs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLSVD/FA9453-09-R-0007/listing.html)
 
Place of Performance
Address: AFRL/RVKB; Attn: Mr. Francis M. Eggert, Bldg 424 - Mail Room ( Specialist & PCO Located in Bldg 590); 2251 Maxwell Ave S.E.; Kirtland AFB, N.M. 87117-5773, Kirtland, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN01910009-W 20090815/090813235344-0d3a24f7c10ff7155ef40e6b67c24112 (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 |
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.