SOURCES SOUGHT
18 -- MMII Stage 2, SR19 Motor Modification (Flexseal) Program
- Notice Date
- 12/16/2009
- Notice Type
- Sources Sought
- NAICS
- 336415
— Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts 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
- FA8818-11-R-0001
- Archive Date
- 1/23/2010
- Point of Contact
- James R. Jefferis, Phone: 5058464597, Arthur C Trader, Phone: (505) 853-7664
- E-Mail Address
-
james.jefferis@kirtland.af.mil, arthur.trader@kirtland.af.mil
(james.jefferis@kirtland.af.mil, arthur.trader@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- MMII Stage 2, SR19 Motor Modification (Flexseal) Program Sources Sought Synopsis 1. Type of Action: Presolicitation 2. Classification Code: 18 3. Title: MMII Stage 2, SR19 Motor Modification (Flexseal) Program 4. Response Date: 08 January 2010 5. Primary POC: Arthur C. Trader 6. Secondary POC: James R. Jefferis 7. Reference Number: N/A 8. Solicitation Number/Contract Award#: FA8818-11-R-0001 9. Award Amount: $48.0M Ceiling 10. Contractor: N/A 11. Awarded CLIN #: N/A 12. 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 Request for Proposal (RFP) for award of one contract to support modification of the Rocket Systems Launch Program (RSLP) for the Minuteman II (MM II) Stage 2 motor to allow ignition at sea level. The resultant contract will contain an organizational conflict of interest clause and an associate contractor clause. The modified SR19 motor allows the RSLP to utilize the stage 2 motors as a first stage to support various missions requiring small ICBM capabilities. Potential offerors must have significant expertise with the MMII solid propellant motors, specifically the Stage 2, SR19, and with Government contracting. Potential offerors must demonstrate, in their proposals, significant expertise in the following areas and provide data substantiating each requirement: (1) Ability to provide modified Minuteman II (MMII) Stage 2 SR19-AJ-1 Rocket Motors that have the ability to operate with sufficient control authority at sea level and low altitude operation. (2) Extensive knowledge of and experience complying with: • User's Handbook for the SR19 Rocket Motor as Modified with a Flexseal Nozzle for Sea Level Operation, RSLP-94-110 • Explosive Safety Standards, AFMAN 91-201 • Rocket Motor SR19-AJ-1 USAF Series LGM-30F/G, Technical Order 2K-SR19-3 (3) Ability to test a sample of the propellant/liner/insulation flap from the aft end of the motor to assess bond-line capability. (4) Ability to perform the gel filler fraction and swelling ratio chemical tests. (5) Ability to perform drain/purge/refill and re-ATP of an aging pressure vessel and reservoir assembly, including replacement of expended squibs, as required. (6) Ability to accomplish bulk motor cork and adhesive removal to within 8.25 +/- 0.25 inches of the SR19 aft skirt flange. (7) Ability to provide engineering studies, analyses, and technical support for programs utilizing SR19-Mod to assess mission assurance based on mission objectives. (8) Ability to repair the aft insulation flap to propellant in accordance with drawing and specification requirements. RESPONSES TO THIS SYNOPSIS MUST BE RECEIVED NO LATER THAN 08 JANUARY 2010. 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. Responses from small and small, disadvantaged businesses are highly encouraged. 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 NLT 8 January 2010, and is limited to 25 pages excluding resumes. Submit only unclassified information. All potential offerors shall include company size status under North American Industry Classification System NAICS 336415. Submit all responses to this synopsis to SMC SDTW/PKS, Attn: Mr. Arthur C. Trader, 3548 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776. Responses from small and small, disadvantaged businesses are highly encouraged. If you are interested only in subcontracting possibilities, please indicate this clearly in your submission. The contract is anticipated to be Firm Fixed Price for this effort. Firms responding should indicate if they are a small 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, 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 336415, 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 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-11-R-0001/listing.html)
- Record
- SN02025772-W 20091218/091217000418-15841eaafeecd6d5c51222dca57f85c9 (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 |