Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1997 PSA#1978

Phillips 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