|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31,1997 PSA#1963Phillips Laboratory (PL/PKSB), 3550 Aberdeen Ave SE, Bldg, 592, Rm 63,
Kirtland AFB NM 87117-5776 A -- TECHNOLOGY FOR AUTONOMOUS OPERATIONAL SURVIVABILITY (TAOS)
OPERATIONAL SUPPORT CONTRACT SOL F29601-97-R-0017 DUE 120597 POC Kim
Kinifick, Contract Specialist (505) 846-7603 Capt Keith Stanley,
Program Manager (505) 846-7966. Notice of Contract Action (NOCA)
Synopsis. This announcement is a Research and Development Notice of
Contract Action Synopsis for procurement of nine months of operational
engineering support for the Technology for Autonomous Operational
Survivability (TAOS) satellite currently on orbit. The synopsis itself
does not constitute a Request for Proposal (RFP) or Invitation for Bid
(IFB). A Sources Sought Synopsis was published on 12 Jun 97. It is
anticipated the solicitation will be released on or about 5 Nov 97 with
the date for receipt of proposals 30 days after issue. The proposed
contract will encompass on- orbit operations support, on-orbit anomaly
resolution, continuing maintenance of the Contractor Support Facility,
and technical support and analysis. The expected duration of the
proposed contract is nine months beginning the first quarter of FY98
and ending the fourth quarter of FY98 or at the end of the TAOS space
vehicle_s useful life as determined by the government, whichever occurs
first. The government expects to award a single cost plus fixed fee
(CPFF) contract for approximately $850,000 for the Basic effort. Four
3-month options are anticipated at approximately $283,000 each. The
level of classification for this effort is secret. For on-orbit
operations support, the contractor will be expected to provide on-orbit
operations personnel and support to the TAOS spacecraft payloads and
space vehicle, prepare necessary plans and operating instructions to
support on-going operations, experimentation, and demonstrations
utilizing the TAOS space vehicle, acquire and handle the distribution
of telemetry data needed to support the on-going operations of the TAOS
space vehicle, maintain records and performance evaluations consistent
with those historical records and evaluations for the TAOS space
vehicle, prepare necessary plans and operating instructions to support
the safe, prudent, and optimal disposal of the TAOS space vehicle at
the end of its useful support of on-going operations, experimentation,
and demonstrations. For on-orbit anomaly resolution, the contractor
will be expected to provide the personnel with extensive knowledge and
experience with the TAOS space vehicle to support on-orbit anomaly
analysis and resolution, maintain current knowledge and expertise
needed to identify, manage, and wherever possible prevent or correct
anomalies on the TAOS space vehicle, and analyze all available
information to anticipate where possible and practical potential
anomalies and identify in a timely manner unexpected anomalies to
formulate plans, issue operating instruction, and monitor and modify
plans and instructions to prevent, contain, or minimize the impact of
TAOS space vehicle anomalies. To provide continuing support to the
Contractor Support Facility which currently resides at GTE Government
Systems Corporation in Mountain View, CA, the contractor will be
expected to maintain and continue to operate the Contractor Facility
and the equipment and information therein for the analysis and support
ofon-orbit operations, experimentation, demonstrations, and anomaly
resolution, provide for the continued maintenance and repair of
equipment within the CSF consistent with the levels and quality of
support for that facility and its equipment under previous contracts,
and provide the personnel with expertise and qualifications necessary
to properly administer and operate the CSF and its equipment. For
technical support and analysis, the contractor will be expected to
provide the personnel to support technical planning, analyses, and
review for continued TAOS on-orbit operations, experimentation, and
demonstration, provide support to the TAOS Program Office for on-going
and new experiment planning, preparation, execution, analysis, and
review, and provide support to the TAOS Program Office for end-of-
useful-life operations termination and space vehicle safing and/or
disposal. The Government intends to solicit this effort from GTE
Government Systems Corporation, Mountainview, CA, on a sole-source
basis. GTE is the only known source with the required background
regarding history, satellite, experiments, and on-orbit operations
including development, technical documentation, and testing, under the
current government time schedule. Any other parties requesting the RFP
must reference the TAOS Program and indicate whether they are, or are
not, a small business, a socially and economically disadvantaged
business, an 8(a) firm, a woman-owned business, a historically black
college or university or a minority institution. Interested parties
must indicate their size qualifications under Standard Industrial
Classification (SIC) 8731, with a small business size standard of 1000
employees and their assigned Commercial and Government Entity (CAGE)
Code. Requests should be sent to PL/PKSB, ATTN: Kim Kinifick, Contract
Specialist, 3550 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776 or by
fax at (505) 846-7549. Verbal requests will not be honored. Foreign
firms are advised they will not be allowed to participate as the prime
contractor. The research and test data produced under a resultant
contract may contain Military Critical Technology List (MCTL)
information whose export is restricted by the Export Control Act (Title
22, U.S., 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. Request certification and registration from the
Defense Logistics Service Center (DLSC), Federal Center 74 North
Washington, Battle Creek, MI 49016-3412 (1-800-352-3572) as soon as
possible. An Ombudsman has been appointed to hear concerns from
potential offerors during the proposal development phase of this
acquisition. The purpose of the Ombudsman is not to diminish the
authority of the program director or contracting officer, but to
communicate contractor concerns, issues, disagreements, and
recommendations to the appropriate government personnel. Before
contacting the Ombudsman, potential offerors should first communicate
with the contracting officer. In those instances where offerors cannot
obtain resolution from the contracting officer, they are invited to
contact the PL Ombudsman, Bruce Grunsten, Phillips Laboratory, PL/PKM,
at (505) 846-8273, or at 2251 Maxwell Avenue SE, Bldg 424, Kirtland
AFB NM, 87117-5773. When requested, the Ombudsman will maintain strict
confidentiality as to the source of the concern. The Ombudsman does
not participate in the evaluation of proposals or in the source
selection process. For contracting issues, please contact Ms. Kim
Kinifick, Contract Specialist, at (505) 846-7603. For technical issues,
please contact Capt Keith Stanley, Program Manager, at (505) 846-7966.
See Numbered Note 26. (0302) Loren Data Corp. http://www.ld.com (SYN# 0007 19971031\A-0007.SOL)
A - Research and Development Index Page
|
|