|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15,1995 PSA#1284Phillips Laboratory (PL/PKSB), 2251 Maxwell Avenue SE, Bldg 424,
Kirtland AFB, NM 87117-5772 A -- INTEGRATION SUPPORT SERVICES (ISS) SOL F29601-95-R-0025 POC
Contracting: Ms Kim Kinifick, Contract Specialist (505) 846-7603 or Ms
Tammie Johnson, PCO/Branch Chief (505) 846-6923. Technical: Major Nick
Chando, Project Officer (505) 846-6515. Integration Support Services
(ISS) Sources Sought Synopsis, Request for Proposal F29601-95-R-0025.
The Phillips Laboratory anticipates the procurement of a system
integration services contract to support the integration, and ground
and flight test of experimental vehicles, payloads and subsystems being
developed by the Space Experiments (SX) and Space Technologies (VT)
Directorates of the Phillips Laboratory. This acquisition will provide
services to support both SX and VT in the exploratory development of
technologies and capabilities important to the accomplishment of
National military space objectives. The successful offeror will assist
the government team in the following types of work: 1) Integration
facilities operation and maintenance - operation, maintenance and
refurbishment of multiple integration facilities at both Edwards AFB
and at Kirtland AFB, 2) Engineering support - system engineering
support to the development and test of small balloon, rocket and
spacecraft payloads and subsystems, and to the captive hover and field
test of experimental miniature vehicles, develop and/or review
subsystem and system specifications and develop requirements for
specialized ground support equipment, 3) Performance and mission
analyses - develop and/or review payload and experimental vehicle
performance requirements, develop and/or review mission planning
documents and analyze mission goals and objectives, 4) Design,
fabrication and assembly - assist in the development and integration of
components and subsystems comprising small payloads and experimental
vehicles, including the development and operation of standard and
mission-unique ground support equipment, tasks will include structural
subsystem assembly, development of wiring harnesses and printed
circuit boards, ground and flight software development and test, 5)
Integration and test - support, as a member of a government-contractor
integrated team, the integration and test of small sounding rocket,
balloon or spacecraft payloads and subsystems and experimental
vehicles, support includes establishing environmental and functional
test requirements, conducting and reporting the results of required
environmental and functional tests, 6) Mission support - Assist the
government in the conduct of research and experimental testing in both
laboratory (bench top) facilities and at remote field locations, 7)
Management and administration - manage and administer the functions
required to meet objectives of the basic effort (facilities management)
and various task orders. Special condition: During the period of
performance of this anticipated effort Space Experiments functions at
Edwards AFB will transfer to Kirtland AFB. The successful offeror will
plan for and support ISS related contingencies arising as a result of
this transfer of activities. The length of the anticipated effort is
36 months, with one (1) 12 month option. Total funding estimated for
the anticipated effort is between $10 million and $50 million for both
the basic period of performance plus the option. An Organizational
Conflict Of Interest (OCI) clause is anticipated in any resulting
contract. Contract type is anticipated to be Cost Plus Award Fee (Task
Order). A collateral secret clearance will be required. The successful
offeror may require access to militarily critical technology data,
which is controlled under the Export Control Act. Only contractors
listed on the Qualified Contractors Access List may receive controlled
data. Contact the Defense Logistics Services Center, Federal Center,
74 North Washington, Battle Creek, MI 49016-3412, 1-800-352-3572, to
become registered and certified. Foreign owned/ foreign controlled
firms and foreign nationals are advised that they will not be allowed
to participate as the prime contractor for this effort. Interested
contractors must indicate whether they qualify as a small business, an
8(a) certified firm, a socially and economically disadvantaged
business, a woman owned business, a historically black college or
university, or a minority institution. Interested contractors that are
not considered to be a large business are requested to submit a
Statement of Capability(SOC). SOCs shall be unclassified. At a minimum,
SOCs must demonstrate and document corporate and personnel experience
(defined below) in complex aerospace research and development ground
and flight experiments. Experience is defined as: (1) Corporate
Experience - previous projects, performed under contract, or as
in-house efforts, which are clearly related to the development,
integration and test of space technologies and capabilities. If work
was accomplished as part of a team, clearly identify corporate role, as
well as associate contractors, prime or subcontractor/vendors. State
approximate dollar value of the effort and the percent accomplished by
the potential offeror, (2) Personnel Experience - Name, professional
qualifications and specific relevant experience of key management and
technical personnel, as well as their proposed role(s) in this effort.
Any information submitted should be directly relevant to the technical
or management areas addressed. To be found capable, potential offerors
must demonstrate acceptable corporate and personnel experience in each
of the six (6) technical and one (1) management areas described above,
or outline credible plans for the subcontracting of areas in which
in-house capability is limited or non-existent. The SOC must include
the contract number, name, address and telephone number of the
contracting officer for contracts represented as similar to the work
proposed under this effort. A statement of industrial security
capabilities should be provided. Any other specific and relevant
information that pertains to this potential procurement that might
enhance the government~s understanding of the information submitted,
may also be provided. Based upon the evaluation of responses to this
announcement, the Government reserves the right to set aside this
acquisition, or portions thereof, for small businesses, socially and
economically disadvantaged businesses, the 8(a) program, historically
black colleges and universities, or minority institutions. Do not
provide advertisement brochures in lieu of a written SOC. The SOC is
limited to thirty (30) pages, with resumes not included in the page
count. The SOC must reference RFP No F29601-95-R-0025 and be received
by 20 Mar 95. Replies received later than this date, responses by
telegram or FAX, or responses containing one or more incorrect RFP
reference numbers will not be honored. The Government anticipates the
release of a draft RFP 60 days after the receipt of SOCs. 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 receive and communicate serious concerns
form potential offerors when an offeror prefers not to use established
channels during the proposal development phase of the acquisition.
Before using the services of the Ombudsman, potential offerors are
encouraged to use established channels to request information, pose
questions, and voice concerns. For serious concerns only, potential
offerors are invited to contact the PL Ombudsman: Col Dayton L. Silver,
Phillips Laboratory Vice Commander, 3550 Aberdeen Ave, SE, Kirtland
AFB, NM 87117-5776. For contracting issues, please contact Ms Kim
Kinifick, Contract Specialist, at (505) 846-7603, or Ms Tammie Johnson,
Branch Chief, at (505) 846- 6923. For technical issues, please contact
Major Nick Chando at (505) 846-6515, or Mr. Lee Gutheinz(Aerospace
Corporation) at (505) 846-6032. All respondents desiring a copy of the
solicitation must request it in writing and provide a mailing address,
their assigned Commercial and Government Entity (CAGE) code, and
company size status under Standard Industrial Classification (SIC) Code
8731, 500 employees. Mail responses (original and three copies) to:
PL/PKSB, Attention: Ms Kim Kinifick, 2251 Maxwell Avenue SE, Bldg 424,
Kirtland AFB, NM 87117-5772. This announcement is for informational
and planning purposes only. It does not constitute an Invitation for
Bid (IFB) or a Request for Proposal (RFP) and is not to be construed as
a commitment by the government. (0044) Loren Data Corp. http://www.ld.com (SYN# 0012 19950214\A-0012.SOL)
A - Research and Development Index Page
|
|