Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29, 2001 PSA #2966
SOLICITATIONS

R -- AIR LAUNCH TARGET PROGRAM

Notice Date
October 25, 2001
Contracting Office
Department of the Air Force, Air Force Space Command, SMC -- Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
ZIP Code
90245-4659
Solicitation Number
F04701-02-R-0202
Response Due
November 12, 2001
Point of Contact
Tracy Ford, Primary POC, Phone (505)853-3747, Fax null, Email tracy.ford@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 Draft Request for Proposal (DRFP) on or about 30 Nov 01 for award of one or more contracts to provide a "family" of air launched ballistic boosters to support simulated reentry target vehicles covering various ranges and re-entry conditions. Initial launches will most likely be campaigned from the Pacific Missile Range Facility (PMRF) in Kauai Hawaii with air launches in the Broad Ocean Area towards PMRF or the Ronald Reagan Test Facility (RTF). The offerors must have significant experience with launch system development, flight software, launch system fabrication and testing, payload and mission integration, range interface, air launch operations, and financial reporting. It is anticipated that the minimum requirements are as follows: (1) The Contractor shall provide the launch systems and services necessary to air launch ballistic missile targets with a range of 500 Km to 2500 Km baselined to C-130H military cargo aircraft environments; (2) Provide the launch system, aircraft integration, and launch services required to launch Government Furnished Equipment (GFE) Modified Ballistic Re-entry Vehicle (MBRV) payloads on missions that may require different booster and MBRV configurations; (3) Reduce technical and programmatic risk, by favoring existing designs and/or GFE to the maximum extent possible; (4) Conduct one demonstration mission within 24 months of contract award, and provide additional assets as required following validation of the demonstration mission. Potential offerors are advised that a U.S. SECRET facility clearance will be required prior to award of any resulting contract. =20 All potential sources, both large and small, are encouraged to submit a written Letter of Intent, as well as comments and suggestions to this office. Responses to this sources sought synopsis must be received no later than 12 Nov 2001. Submit all responses to this synopsis to SMC/Det 12/PKN, Attn: Tracy Ford, 3548 Aberdeen Ave SE, Kirtland AFB, NM 87117-5778. The contract(s) is anticipated to be an Indefinite Delivery/Indefinite Quantity (IDIQ), 8 year Task Order contract and initial award contract is anticipated by October 2002. This acquisition will be procured using Full and Open Competitive written 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, the Acting Ombudsman, at 310.363.0886. For contracting issues, please contact SMC/Det 12/PKN, Tracy Ford at 505.853.3747. See Numbered Notes: 8, 25 and 26.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFSC/SMCSMSC/F04701-02-R-0202/listing.h tml)
Record
Loren Data Corp. 20011029/RSOL014.HTM (D-298 SN5115R5)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on October 25, 2001 by Loren Data Corp. -- info@ld.com