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