|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1997 PSA#1978Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue
SE, Kirtland AFB, NM 87117-5773 A -- RESEARCH & DEVELOPMENT -- MAUI SPACE SURVEILLANCE SYSTEM POC Kim
M Reeder, 505/846-0077, Contracting; Major Joe Bishop, 808-874-1591,
Technical Point of Contact Ms. Kim M. Reeder, Contracting Officer,
505/846-0077. The Air Force Research Laboratory, Directorate of
Contracting, Kirtland AFB, NM on behalf of the Air Force Research
Laboratory, Directed Energy Directorate, (formerly Phillips Laboratory,
Lasers and Imaging Directorate) Space Surveillance Applications
Division (DEBI), intends to award a sole source modification in
accordance with FAR Subpart 6.302-1(a)(2)(iii) to Rocketdyne Technical
Services (RTS), contract F05604-95-C-9011, for several ongoing
research projects. The contemplated effort is for 317,000 additional
hours within the term of the current contract (current term is through
September 30, 2000). BACKGROUND: The current contract is a joint
effort between Air Force Space Command (AFSPC) and Air Force Research
Laboratory (AFRL) for Operations and Maintenance (AFSCP) and Research
and Development efforts (AFRL) at the Maui Space Surveillance System
(MSSS). This announcement is strictly for the R&D CLINs on the
contract. The contract includes several continuing task orders
including: program management, integration, test and configuration
management for the Advanced Electro-Optical System (AEOS), and support
to visiting experimenters at the Maui site. The AEOS integration
includes providing review support to the development of the AEOS
subsystems identification and control of interfaces between internal
AEOS subsystems and external connections to AEOS, maintain the Master
Interface Status Matrix and Interface Status Records, coordinating the
completion of all AEOS ICDs and performing interface design audits to
ensure that hardware and software interfaces comply with the
authenticated ICDs. It also includes the planning and management of the
installation, integration and test schedules for the AEOS subsystems,
providing specialty engineering support during the AEOS integration,
and definition of integrated tests to validate AEOS system performance
requirements. OBJECTIVE: A contract modification will be awarded to
RTS provided other sources cannot provide the services at more
favorable terms. Respondents are required to provide a statement of
capability concerning their ability to begin performance immediately
upon contract award (approximately 1 November 97) to meet program
targets and schedules in order for the project office to make a
determination that the requirements can be met. The place of
performance is Maui, Hawaii. Most of the technical effort takes place
at the summit of Mount Haleakala. The statement(s) of capability shall
contain pertinent and specific information addressing the following
areas: (1) Experience: An outline of previous projects, specific work
previously performed or being performed relevant to the subject effort.
(2) Personnel: Name, professional qualifications and specific
experience of scientific, engineering and program management personnel
who might be assigned to work in areas of the subject effort. (3)
Facilities: Availability and description of special facilities required
to perform in the technical areas under consideration. Responses are
limited to fifteen (15) pages including program plan, resumes,
attachments, diagrams, etc. Any responses not addressing all
requirements will be rejected. Submit responses to Ms. Kim Reeder
PL/PKDB, 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5773, no later
than fifteen (15) calendar days after the day of this announcement by
3:00pm, Mountain Daylight Time. The proposed contract action is for
supplies or services for which the Government intends to solicit and
negotiate with only one source under authority FAR 6.302-1(a)(2)(iii).
This notice of intent is not a request for competitive proposals.
However, all proposals received within thirty (30) calendar days after
day of publication of this synopsis will be considered by the
Government. The determination of the Government not to compete this
proposed contract based upon the responses to this notice is solely
within the discretion of the Government. Information received will be
considered solely for the purpose of determining whether to conduct a
competitive procurement. Foreign firms are advised they will not be
allowed to participate as the prime contractor. Firms responding are to
indicate whether they are or are not a small business, a small
disadvantaged business, a woman-owned business, a historically black
college or university, a minority institution, an 8(a) firm, an
intra-government organization, a large business, or an
educational/nonprofit organization. To be considered a Small Business,
the following applies: SIC Code 8731, Size Standard 1,000 employees.
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 to receive and communicate
serious concerns from potential offerors when an offeror prefers not to
use established channels to request concerns during the proposal
development phase of the 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 Phillips Laboratory
Ombudsman, Mr. Bruce Grunsten, Chief, Mission Support Division
(AFRL/PKM), at 505/846-8273, or at 2251 Maxwell Ave SE, Kirtland AFB,
NM 871117-5773. 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 M Reeder,
Contracting Officer, at 505/846-0077. For technical issues, please
contact Major Joe Bishop, AEOS Program Manager at 808-874-1591. (0323) Loren Data Corp. http://www.ld.com (SYN# 0001 19971124\A-0001.SOL)
A - Research and Development Index Page
|
|