SOURCES SOUGHT
A -- Minute Man Flight Termination System (MM FTS)
- Notice Date
- 2/25/2016
- Notice Type
- Sources Sought
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment 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
- FA8818-16-R-0024
- Archive Date
- 2/26/2018
- Point of Contact
- Edgar Alonso-Bernal, Phone: 505-853-7664, Rigel Valverde, Phone: 505-853-3679
- E-Mail Address
-
edgar.alonsobernal@us.af.mil, rigel.valverde.4@us.af.mil
(edgar.alonsobernal@us.af.mil, rigel.valverde.4@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This solicitation is issued for the purpose of requesting interested firms to submit a Statement of Capability (SOC) expressing their desire and demonstrated ability to meet the objectives and technical requirements. The Air Force Space and Missile Systems Center, Launch Systems Enterprise, Experimental Launch and Test Division (SMC/LEX), Rocket Systems Launch Program (RSLP), Kirtland AFB, NM, intends to solicit a contract to provide modular flight termination system (FTS) ordnance components for Minuteman (MM) based orbital and suborbital launch vehicles (LV). The MM FTS objective is to identify, develop, procure, and test modular FTS components to support a number of LV configurations using a mix of retired MM rocket motor stages including the M55A1, SR19 and SR19-M, M57A1, and SR73. Flight termination systems allow RSLP to support flight termination functions for both space and suborbital mission requirements on MM based LVs. Potential offerors must have experience with the M55A1, SR19 and SR19-M, M57A1, and SR73 solid rocket motors, multiple LV configurations, FTS systems, RCC 319-14 range safety requirements, and with Government contracting. Note that specifications, data, plans, and drawings for current flight termination systems are owned by the Original Equipment Manufacturer (OEM) and cannot be furnished by the Government without substantial cost. The FTS procurement has the following requirements: 1. Ability to provide ordnance destruct systems for M55A1, SR19 and SR19-M, M57A1, and SR73 rocket motors and booster sets that meet Range Safety Requirements outlined in RCC 319-14. 2. Knowledge of and experience complying with RCC 319-14 and meeting other range specific requirements (e.g. EWR 127-1 and AFSPCMAN 91-710). 3. Ability to manufacture FTS ordnance components. 4. Ability to perform certification and lot acceptance testing of FTS ordnance components to include:  - Non-destructive testing consisting of visual and dimensional checkout, leak test, and X/N-ray  - Dynamic testing consisting of high temperature storage, thermal cycling, shock, random vibration, operational sinusoidal vibration, leak test, and X/N-ray  - Function test at ambient, low, and high temperature 5. Ability to design, perform, and document penetration margin testing of current and future linear shaped charge designs against up to 150% of Minuteman motor case materials. 6. Ability to perform engineering studies, analyses, and technical support for programs utilizing FTS ordnance components and accomplish special studies related to FTS ordnance components transportation, maintenance, safety, storage, and use. 7. Ability to conduct program management tasks to manage the overall schedule and publish test reports. 8. Ability to perform environmental and safety compliance activities in accordance with Federal, State, and Local laws and regulations relative to ICBM ordnance systems. All potential offerors must submit a written SOC to this office. The respondent's SOC shall demonstrate the ability to accomplish the capabilities listed above and, additionally, shall contain pertinent and specific information addressing experience - provide an outline of relevant 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. The SOC is limited to 15 pages (all inclusive). One hard copy and one soft copy will be required in PDF or MS Word format, with font size 12pt, font color, auto and margins no less than 1 inch. Submit only unclassified and non-proprietary information if possible. If proprietary information is deemed essential, all proprietary information should be clearly marked and associated restrictions on Government use identified. Note: Both Government and the following contractors: ASRC Federal Space and Defense (AS&D), TASC, Inc, Aero Thermo Technology, Inc and MCR Federal, LLC personnel will be utilized for SOC evaluation. If proprietary information is deemed essential, Non-Disclosure Agreements will be executed. All potential offerors shall include company size status under North American Industry Classification System NAICS 336419 - Other Guided Missile and Space Vehicle Parts. Submit all responses to this synopsis to SMC /ADK, Attn: Lt Rigel V. Valverde, 3548 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776. In addition, electronic copies shall also be transmitted to Lt Rigel Valverde at rigel.valverde.4@us.af.mil and to Maj. Edgar Alonso-Bernal at edgar.alonsobernal@us.af.mil. Responses from small businesses (SB) and small disadvantaged businesses (SDB) are highly encouraged. If you are interested only in subcontracting possibilities,please indicate this clearly in your submission. Firms responding should indicate if they are a small business, an 8(a) firm, a historically black college or university, or a minority institution. Foreign firms are advised that they will not be allowed to participate in this acquisition. 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 336419, 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 may receive such information. Request certification and registration from the Defense Logistics Service Center, Federal Center, 74 North Washington, Battle Creek, MI 49106-3412 as soon as possible. This notice is for planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement. The information provided may or may not result in further action. Any information submitted by respondents to this synopsis is strictly voluntary. The Government does not intend to award a contract on the basis of this information or otherwise pay for the information requested except as an allowable cost under an existing contract if so identified and in accordance with FAR 31.205-18, Bid and Proposal Costs. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought Synopsis, or any follow-up information. 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. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. 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: SMC/PKC Attn: Ms. Olalani Kamakau 483 N. Aviation Blvd Los Angeles AFB, CA 90245-2808 (310) 653-1185 Direct all technical questions pertaining to this notice to Lt James O'Keefe at 505-846-3242, email james.okeefe.3@us.af.mil. All other inquiries pertaining to this notice should be directed to Maj. Edgar Alonso-Bernal at 505-853-7664, email edgar.alonsobernal@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-16-R-0024/listing.html)
- Record
- SN04031000-W 20160227/160225234622-95c12f2864ad9663cd3e74b4a4efdad3 (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 |