Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF march 27,1995 PSA#1311

Phillips Laboratory/PKVB, Directorate of Contracting Kirtland AFB NM 87117-5772

A -- INTEGRATED SOLAR UPPER STAGE (ISUS) SOL 206-95 POC Rudy Chavez, Contract Specialist, 505-846-2696; Fred Kennedy, Technical Project Officer, 505-846-2301. A -- INTEGRATED SOLAR UPPER STAGE (ISUS) Sources Sought Synopsis for ISUS. The Air Force Phillips Laboratory (PL) is currently conducting an effort to develop concepts and quantify the potential benefits of an integrated solar upper stage and solar ''bimodal'' power and propulsion systems for future space applications. For this purpose, ''bimodal'' means a single system which generates both electrical power and direct thermal thrust. Electric propulsion capability may also be provided. In anticipation of a Request for Proposal for component development and continued system design in 1995-96, organizations having the capabilities to perform the system design and integration for the selected concept(s) or to develop, demonstrate, and qualify components for ISUS systems are invited to submit a STATEMENT OF CAPABILITIES (SOCs) for consideration in this effort. A read file has been established at Phillips Laboratory's Space Power and Thermal Management Division, Bldg. 30117, Room 101. For directions or other questions, contact Capt Fred Kennedy at (505) 846-2301 or (505) 846-7200. The anticipated component development tasks include: (1) the solar receiver/absorber/converter (RAC), which contains high-temperature materials for thermal storage, propellant flow passages, power management and distribution, and power conversion elements, (2) the solar concentrator array and tracking system, and (3) cryogen tankage and propellant feed systems. Separate tasks will address the areas of system design/integration and component, subsystem, and system tests. We anticipate award of either a single contract to an integrator of the system elements, or multiple awards by task area, including a separate system integrator. Contractors may submit SOCs for individual tasks, combinations of tasks, or the complete effort. A technical interchange meeting will be held for interested offerors on Tuesday, 11 April 1995 at the Phillips Laboratory's Space Power and Thermal Management Division, Bldg. 30117, Conference Room, at 0900. This meeting is scheduled to last a full day and will provide information to the contractors on program structure, component technology issues, requirements, and plans. This meeting is expected to provide enough information to allow prospective offerors to decide which tasks are within their capabilities and/or interest. For further information, please contact Capt Fred Kennedy at (505) 846-2301 or (505) 846-7200. An alternate point of contact is Capt Kelly Gaffney, (505) 846-2616. Foreign firms should be aware that restrictions may apply which preclude their participation in this acquisition. Estimated cost of the contract(s) is $10M, subject to funding availability. Presently, the scope of effort is unclassified, but classification is subject to change. Submit only UNCLASSIFIED information for consideration and evaluation. Interested parties should submit a statement of their capabilities, experience, and areas of interest in making future proposals to provide system design and/or component development for the Integrated Solar Upper Stage (ISUS) Program by 1 May 95. Replies to this Sources Sought Synopsis must reference number 206-95. Organizations must show evidence, either in-house or through prospective subcontractors or teaming arrangements, of the ability to perform the required tasks, including the capability to manage and conduct complex design, development, and qualification of applicable space power and propulsion systems and components. Organizations must also show evidence of having qualified personnel, facilities needed for development, fabrication, and testing of ISUS components and subsystems, and experience in such areas as: high-temperature materials, optics, thermionic power conversion, and/or cryogen storage and propellant feed systems. Submitters must indicate whether they qualify as a small business under SIC Code 8731, with a small business size standard of 1,000 employees. Also, firms responding are to reference the above R&D number and should indicate whether they are, or are not, a small business, a small disadvantaged business, a socially and economically disadvantaged business, a woman-owned business, an 8(a) firm, a large business, or a Historically Black College and University or Minority Institution. By 1 May 95, interested small businesses (only) shall provide a statement of capabilities to assist the Air Force in making a set-aside decision. Based on responses to this announcement, the Air Force reserves the right to set aside this requirement for small business, small disadvantaged business, 8(a), or Historically Black Colleges and Universities or Minority Institutions. The performance of this contract may require access to Military Critical Technical Data, dissemination of which is controlled under the Export Control Act. Therefore, interested offerors not currently on the Qualified Contractor's Access List (QCAL) should request certification and registration with the Defense Logistics Services Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412, (1-800-352-3572). Responses by telegrams, or responses combining more than one synopsis reference number will not be accepted. All respondents desiring a copy of the future solicitation must provide a mailing address and telephone number. The capability statement shall be limited to 50 pages, excluding resumes, and be mailed to Mr. Rudy Chavez, PL/PKVB, 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5772. An Ombudsman has been established for this acquistion. The purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate concerns during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before contacting the Ombudsman. For serious concerns only, potential offerors are invited to contact the PL Ombudsman, Col Dayton L. Silver, Phillips Laboratory Vice-Commander, at (505) 846-4964, or at 3550 Aberdeen Avenue SE, Kirtland AFB, NM 87117-5776. The alternate PL Ombudsman is Bruce Grunsten, PL Directorate of Contracting, (505) 846-8273, or 3651 Lowry Avenue SE, Kirtland AFB, NM 87117-5777. For contracting issues, please contact Rudy Chavez, Contract Specialist, at (505) 846-2696, or for technical issues, please contact Capt. Fred Kennedy, (505) 846-2301. This Sources Sought Synopsis in no way obligates the Government for any future acquisition. Be advised that the Organizational Conflict of Interest clause will apply. This is not a notice of intent to contract. The Government does not intend to award a contract on the basis of this notice. (0082)

Loren Data Corp. http://www.ld.com (SYN# 0007 19950324\A-0007.SOL)


A - Research and Development Index Page