Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10, 2001 PSA #2912
SOLICITATIONS

R -- ORBITAL/SUB-ORBITAL PROGRAM 2 (OSP-2)

Notice Date
August 8, 2001
Contracting Office
Department of the Air Force, Air Force Materiel Command, SMC -- Space & Missiles System Center, 2420 Vela Way, Suite 2420, El Segundo, CA, 90245-4659
ZIP Code
90245-4659
Solicitation Number
F04701-01-R-0215
Response Due
September 10, 2001
Point of Contact
Martin Baca, Contracts Manager, Phone (505) 853-6690, Fax null, Email martin.baca@kirtland.af.mil -- Glenn Bontly, Contracting Officer, Phone (505) 846-5062, Fax null, Email glenn.bontly@kirtland.af.mil
Description
The Air Force Space and Missile Systems Center's Detachment 12 (SMC Det 12/RP), Rocket Systems Launch Program (RSLP), Kirtland AFB, Albuquerque, NM anticipates the release of a Request for Proposal (RFP) for award of one or more contracts to cover both the orbital and sub-orbital launch systems and launch vehicle services for the integration of various payloads using excess Intercontinental Ballistic Missile (ICBMs) assets. The Orbital/Sub-Orbital Program 2 (OSP-2), will provide enhanced capability and flexibility to the development of space launch and target vehicles using excess ICBM assets to meet a wide variety of mission requirements. Launches may be required from a Government range (Western Range or Eastern Range), or from one or more commercial spaceports at locations such as Kodiak Island, AK, Cape Canaveral, FL, Vandenberg AFB, CA, and Wallops Island, VA. OSP-2 will allow RSLP to use excess ICBM assets in a variety of launch scenarios. The offerors must have significant experience with ICBM rocket motors, launch system development, flight software, launch system fabrication and testing, payload and mission integration, range interface and launch operations, and financial reporting. The anticipated Government requirements are as follows: (1) The Contractor shall provide the launch systems and services necessary to meet the following missions: Minuteman Class Target vehicles, Peacekeeper Class Target vehicles, Minuteman Space Launch Vehicles, and Peacekeeper Space Launch Vehicles; (2) The Air Force requires high reliability; therefore, emphasis will be placed on the degree to which the launch vehicle is flight proven. These launch systems shall make maximum use of flight proven hardware and software, utilize excess ICBM assets to the maximum extent feasible, and provide flexibility and adaptability to accommodate multiple mission requirements; (3) These launch services shall meet required launch dates, and respond to changes in launch dates while minimizing impacts; (4) These launch services shall accommodate multiple missions with near simultaneous launch dates, and provide for launches from a variety of launch sites including Government and commercial ranges; (5) The Contractor shall also provide the capability to modify or develop launch systems to meet additional requirements as they are defined; (6) Must possess adequate financial and managerial resources to perform contractual requirements. Offerors may propose on any one, or combination, of the four listed configurations (Minuteman Class Target vehicles, Peacekeeper Class Target vehicles, Minuteman Space Launch Vehicles, and Peacekeeper Space Launch Vehicles) and the Government will reserve the right to award all, part, or none of any proposed combination of vehicles. Potential offerors are advised that a U.S. SECRET facility clearance will be required prior to award of any resulting contract. =20 Responses to this sources sought synopsis must be received no later than 30 days after publication. Businesses meeting the above requirements must submit a written statement of capabilities (SOC) to this office. The SOC must contain pertinent and specific information addressing the following areas: (1) Experience: an outline of previous projects, specific work previously performed or being performed and any in-house research and development effort relevant to the specific task areas of this effort. (2) Personnel: names, professional qualifications, and specific experience of scientific, engineering, and program management personnel who might be assigned to work in areas of this effort. The SOC must be submitted within 30 calendar days of this publication, and is limited to 25 pages excluding resumes. Submit unclassified information. All SOC's shall include company size status under the North American Industry Classification System (NAICS) code identified below. Submit all responses to this synopsis to SMC Det 12/PKN, Attn: Martin Baca, 3548 Aberdeen Ave SE, Kirtland AFB, NM 87117-5778. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (IDIQ), 10 year Task Order contract and initial award contract is anticipated by September 2002. This acquisition will be procured using Full and Open Competitive Procedures. Firms responding should indicate if they are a large, small, an 8(a) firm, a historically black college or university, women-owned or a minority institution. For this proposed acquisition, and using the small business size standard for NAICS code 336414, the size standard of 1000 employees applies. Foreign owned firms are advised to contact the Contracting Officer before submitting a proposal to determine whether there are restrictions on receiving award. This announcement is for information and planning purposes only. It does not constitute a RFP and is not to be construed as a commitment by the Government. An Ombudsman has been appointed to hear the 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 during the proposal development phase of this acquisition. Potential offerors should communicate first with the Contracting Officer to request information, pose a question, and voice concerns before contacting the Ombudsman. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact Mr. William Orzech at 310.363.0588. For contracting issues, please contact Martin Baca, SMC Det 12/PKN. The Government anticipates hosting an Industry Day for the described effort approximately 15 days after the SOCs are due. The specifics on this Industry Day will be published in the CBD within the next 30 days. See Numbered Notes: 8, 25 and 26.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFMC/SMCSMSC/F04701-01-R-0215/listing.h tml)
Record
Loren Data Corp. 20010810/RSOL026.HTM (D-220 SN50U450)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on August 8, 2001 by Loren Data Corp. -- info@ld.com