Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15,1995 PSA#1284

Phillips 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