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 -- Loss Cone Imager (LCI) - DSX Prgm - R&D Svs - NOCA for LCI - 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-0006
 
Point of Contact
Francis M. Eggert, Phone: 505-846-7603, Jean 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 LCI DSX Prgm 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-0006 8. Notice Type: Notice Of Contract Action (NOCA) - Sole Source Follow-on Contract 9. Subject: Engineering research and development services to Support Loss Cone Imager (LCI) Sensor to be integrated into Demonstration Science Experiment (DSX) spacecraft for the Battlespace Environment Division needs. 10. Original Contract Number: FA8718-05-C-0013, awarded 25 March 2005 to Boston University, Boston MA. This 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 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 Boston University for engineering research and development services that supports the LCI sensor for the DSX program. This continued effort is based upon the technology developed and demonstrated by Boston University under contract FA8718-05-C-0013. 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 as further described below. 12. Background. Demonstration Science Experiments (DSX) sensor Loss Cone Imager (LCI) payload was designed, manufactured, tested and calibrated and will be delivered for integration on the DSX spacecraft by Boston University under contract FA8718-05-C-0013. The LCI will measure the pitch angle distribution of 30 keV to 500 keV electrons which will improve understanding of wave-particle interactions. 13. Description of the Efforts Needed Statement Of Work (SOW). AFRL/RVB has a continued requirement for engineering search and development services to support the LCI sensor for the DSX program. These research efforts include spacecraft integration and testing activities, spacecraft storage, pre-launch activities, launch activities, 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 LCI design and assembly, prior sensor testing results, current LCI testing procedures, and all aspects of LCI data acquisition as contracted for under contract FA8718-05-C-0013. Also, responding parties must demonstrate an in-depth knowledge of the LCI sensor's design, manufacturing, testing, calibration and its role in the DSX Mission. This effort would include the following basic tasks: (1) Provide, for the LCI sensor, engineering services when requested during sensor integration onto the DSX spacecraft located at Kirtland AFB. This could include, but not limited to, testing and/or trouble shooting of the LCI unit, subsystem(s), and/or at spacecraft levels. Rigorous thermal, vibration, and shock testing will be performed at the spacecraft level. (2) At the conclusion of DSX spacecraft assembly, integration and test process, DSX will be placed into shipping container for delivery to launch facility. The time the spacecraft will be contained in the shipping containers is unknown. A need for engineering services upon request may be required for the health and maintenance of the LCI sensor during any period of storage and shipment to the launch site. (3) For the LCI sensor there may be a need for engineering services for further development of data analysis techniques, modeling and simulation in support of DSX scientific objectives. (4). Engineering services, as needed, for LCI sensor in all pre-launch activities, which could include participation in the pre-launch rehearsals. (5) The mission operations team will spend a set amount of time after launch learning how the LCI behaves and responds on-orbit. Engineering services may be requested for the LCI sensor as required during the on-orbit check out period. (6) Once the operation team has become comfortable operating the LCI, then more sophisticated experimental operations will be conducted. Engineering services may be required, as needed, during the mission life. Engineering services may be requested for the LCI data acquisition, as required, including but not limited to the monitoring of LCI's status and health, generation of LCI data products, and engineering services that would aid in meeting DSX scientific mission objectives. 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 Boston 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. 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. Submission: 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 synopsis is not a formal solicitation and 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 sources 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 conduct oral discussions with the offeror(s) concerning its capabilities to support these services and 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/RVB; Attn: Dr. Judy A. Fennelly, DR-III; DSX Space Weather Experiment, Principal Investigator; 29 Randolph Rd; Hanscom AFB, MA 01732; Phone: (781) 377-4083; e-mail: judy.fennelly@hanscom.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-0006/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 AFB, New Mexico, 87117-5, United States
 
Record
SN01910039-W 20090815/090813235408-44169f662c18ffdde9f22a92c4566062 (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.