Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2018 FBO #5985
SPECIAL NOTICE

15 -- Orbital Services Program-4 (OSP-4) Industry Day Announcement - Comment Resolution Matrix (CRM) - Draft OSP-4 Performance Work Statement (PWS)

Notice Date
4/11/2018
 
Notice Type
Special Notice
 
NAICS
336414 — Guided Missile and Space Vehicle 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
FA8818-18-R-0002
 
Archive Date
6/15/2018
 
Point of Contact
Lucia A Corral, Phone: 5058535873, Sierra Hunter, Phone: 5058533679
 
E-Mail Address
lucia.corral@us.af.mil, sierra.hunter@us.af.mil
(lucia.corral@us.af.mil, sierra.hunter@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft OSP-4 PWS Comment Resolution Matrix 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 contract for orbital launch services, referred to as the Orbital Services Program-4 (OSP-4), and defined as 400 pounds (lbs.) to Low Earth Orbit (LEO) to 8,000 lbs. to Geostationary Transfer Orbit (GTO). The Government plans on hosting an Industry Day to collaborate and discuss program requirements including a draft Performance Work Statement (PWS) and the proposed acquisition strategy. Due to space constraints, participation for the general Industry Day session is limited to two representatives per firm; firms may bring up to four representatives to their breakout session. Per the facility's security policy, attendees must bring their passports to Industry Day. The Industry Day will be held on Tuesday, May 15 to Wednesday, May 16 at the following location. If unable to travel, contractors are encouraged to dial in to the teleconference number which can be requested by emailing Sierra Hunter at sierra.hunter@us.af.mil. The Aerospace Corporation City Place Office Building 2155 Louisiana Blvd NE #5000 Albuquerque, NM 87198 All parties, regardless of business size, are invited to attend. However, foreign firms are advised that they will not be allowed to participate in this acquisition. The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by Export Control Act (Title 22, U.S.C. 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. Tentatively, the day 1 agenda will begin with a general overview of the RSLP organization, the OSP-4 acquisition, and a Question and Answer (Q&A) session. Following the Q&A, one-on-one sessions (approx. 45 minutes) requested by firms will begin. The objective of these meetings are to address specific contractor solutions and/or additional items of interest. Day 2 will finish up the remaining one-on-one sessions. Once the participants and breakout sessions are scheduled, a more established agenda will be sent out. In preparation for Industry Day, Contractors are requested to answer the following questions and provide requested information. Provide the PWS's CRM and the answers to the questions proposed below NLT Monday 7 May. OSP-4 Performance Work Statement (PWS) Please use the Comment Resolution Matrix (CRM) and provide feedback on the PWS. 1. What is an achievable small business requirement (e.g. 10% of total contract value must be completed by small business)? 2. Is there any section or paragraph that is not clear? Please provide recommendations on improving the way the information is presented. 3. For the "Service Summary" section (para. 2.1), provide any suggestions on better performance metrics that will provide the Government better insight for evaluating successful/unsuccessful performance. The Government uses these metrics to assess the contractor's execution of the mission which ultimately feed into the Contractor Performance Assessment Report (CPAR). General Questions Please provide the following information: 1.Record of previous launches. 2.Current Government contracts (if any). 3.Available Launch Vehicle (LV) configurations. For each LV configuration, provide: a.The LV Mass-to-orbit capabilities by altitude and inclination b.The dimensions of the LV payload envelope(s) and the usable volume inside the fairing and forward of the standard interface plane c.Interface diameter and bolt-hole locations d.The limits of Payload Mass and Center of Gravity that the LV can accommodate e.The LV capabilities for the following payload flight environments: Thermal, Steady State Acceleration, Random and Sine Vibration, Acoustics, and Transient Loads/Shock Environment f.Bases from which the LV can launch, including any constraints on launch azimuths g.The maximum radiated and conducted emissions levels that shall not be exceeded by the payload h.The maximum radiated and conducted emissions levels that shall not be exceeded by the LV i.Information on the LV emitters and receivers (power, frequency, Electromagnetic field levels, and sensitivity of receivers) Interested parties are requested to RSVP via email no later than (NLT) Friday, 20 April and include the following information: (1) Company Name and Commercial and Government Entity (CAGE) code; (2) Name, nationality, security clearance, and title of all attendees; (3) Industry Day POC email and phone number; (4) One-on-one session requests. The information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any costs associated with travel arrangements or submission of information in response to this notice. North American Industry Classification System (NAICS) 336414, size standard 1,250 employees applies for this proposed acquisition. Submit all inquiries and responses to Lucia Corral at lucia.corral@us.af.mil and Sierra Hunter at sierra.hunter@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-18-R-0002/listing.html)
 
Place of Performance
Address: Contractor Facility, Kirtland AFB, United States
 
Record
SN04885864-W 20180413/180411230853-ccdd3d13e8d3aeacdaf8f0a4d5769e87 (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.