Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2012 FBO #3805
SOURCES SOUGHT

18 -- Solar Array Battery Control (SABC) Card

Notice Date
4/23/2012
 
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
FA9453-12-R-0221
 
Archive Date
5/12/2012
 
Point of Contact
Hazel P. Rosenthal, Phone: 505-846-0172, Jeannie A Barnes, Phone: 505-846-4695
 
E-Mail Address
hazel.rosenthal@kirtland.af.mil, jean.barnes@kirtland.af.mil
(hazel.rosenthal@kirtland.af.mil, jean.barnes@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE PROCUREMENT FOR REPAIR OF THE SOLAR ARRAY BATTERY CONTROL (SABC) CARD 1. The Air Force Research Laboratory (AFRL), Phillips Research Site (PRS), Space Vehicles Directorate (RV), Kirtland AFB NM intends to award a sole source contract in accordance with FAR subpart 6.302-1 (a)(2) (iii) to SEAKR Engineering for the procurement of repair effort related to the solar array battery control (SABC) card of the Integrated Avionics System (IAS), i.e., the spacecraft bus computer, for the Demonstration and Science Experiments (DSX) satellite. SEAKR designed, built, and tested the original SABC card for the DSX spacecraft. This effort will include but not be limited to: procuring all necessary components, printed circuit boards, spares, and supplies to build and replace an SABC card to the original specifications; providing the necessary ground support equipment to verify operation of the new SABC card; assembling the SABC card and performing functional tests to verify the performance of the card; baking out the new SABC card under vacuum (1.0 x 10^-5 Torr) at approximately 80 degrees C for 8 hours (unpowered); performing 8 thermal workmanship cycles: one cycle between -45 deg C to 85 deg C (ambient pressure), and 7 cycles between - 25 deg C to 55 deg C (ambient pressure); verifying post-test functionality of the SABC card; receiving, inspecting, and taking control of the flight IAS; removing the original SABC card from the IAS and replacing it with the new SABC card; and making delivery on or before 3 June 2013. A Firm-Fixed-Fee type contract with a period of performance no longer than twelve months is planned. Vendors who are capable of providing the services stated above shall fully identify their interest in being a prime contractor and submit information documenting their qualifications and capabilities to meet the requirements. Responses are due not later than four calendar days after the date of this announcement by 12:00pm, Mountain Daylight Savings Time (MDST and shall be sent electronically to the Contract Specialist, Hazel Rosenthal, via email at Hazel.Rosenthal@kirtland.af.mil. Security requirements restrict this potential acquisition to United States of America vendors/suppliers only. Responses received after four days or without the required information will be considered non-responsive to the synopsis and will not be considered. Responses shall be no more than ten (10) pages in length. Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count. Pages shall be single-spaced, single-sided. The font shall be Times New Roman and the font size shall be no less than twelve (12) point. Use at least 1-inch margins on the top and bottom and ¾ inch side margins. Submitting your company brochure is not an adequate response. The Government recognizes that proprietary data may be submitted as part of this effort. If so, clearly mark such restricted or proprietary data. The Capability Statement should include the following elements in this format within the ten (10) page limit: 1. Prospective Vendor Identification a. Company name b. Address c. Phone number d. Fax number e. E-mail f. Point of contact information g. A website address that provides additional information about the prospective vendor h. The highest security clearance level that your company currently holds 2. Describe your relevant capability to provide repair support for the spacecraft bus computer specifically the SABC card of the IAS for the DSX program. A brief history of the prospective vendor/supplier and its experience in providing the services is required. Provide information on up to three contracts for which you are currently providing or have provided services similar to the size and scale of this effort. 3. In the event that the Government issues an RFP for these services, identify your intent to submit a proposal as a prime contractor (and indicate the anticipated level of subcontracting/teaming). 4. All vendors responding to this announcement should indicate their business size, particularly if they are a small business. "Small business" means small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business, large, small, small disadvantaged, 8a, women owned businesses and HUB Zone. Other business opportunities for the Air Force Research Laboratory are available at ww.fedbizopps.gov. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 (a)(2) (iii). Interested vendors may identify their interest and capability to respond to the requirement or submit proposals. Importantly, this Notice of Contracting Action does not constitute an Invitation for Bids, Request for Proposal (RFP), or Request for Quote (RFQ), nor does this issuance restrict the Government's acquisition approach. Any information received is considered market research and may be utilized by the AF in developing its acquisition strategy, Statement of Work, and performance specifications and metrics. This market research will be used to assess the availability and adequacy of potential sources prior to issuing any RFP. The Government will not respond or conduct formal debriefings to vendors as a part of this Notice of Contract Action (NOCA). The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this NOCA. Again, the Air Force intends to award a Sole Source contract to SEAKR Engineering Inc. Accordingly, a determination by the Government not to compete this proposed contract based upon 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. Direct acquisition questions to the Contracting point of contact identified in the announcement. Direct technical questions to the Technical point of contact, Mark Scherbarth at mark.scherbarth@kirtland.af.mil or (505) 853-7878. Contracting Office Address: Air Force Research Laboratory Det 8/RVKI 3500 Aberdeen Ave SE Kirtland AFB NM 87117-5776 Primary Point of Contact: Hazel Rosenthal Contract Specialist
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLSVD/FA9453-12-R-0221/listing.html)
 
Record
SN02729119-W 20120425/120423235635-99e79ef5eec492ccabe0e64803904414 (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.