Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2002 FBO #0173
SOURCES SOUGHT

14 -- Servo Based Thrust Vector Actuator System to Modify Existing Government-Owned Castor IVB S/N 5A Rocket Motor

Notice Date
5/22/2002
 
Notice Type
Sources Sought
 
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
Reference-Number-57
 
Response Due
6/7/2002
 
Archive Date
6/22/2002
 
Point of Contact
Kenneth West, Contracting Officer, Phone (505) 846-7381, Fax null,
 
E-Mail Address
kenneth.west@kirtland.af.mil
 
Description
The Air Force Space and Missile Systems Center Detachment 12 (SMC Det 12/RP), Rocket Systems Launch Program, Kirtland AFB, Albuquerque, NM, anticipates the release of a Request for Proposal (RFP) for award of one contract to provide a servo based Thrust Vector Actuation (TVA) system to modify an existing government owned Castor IVB S/N 5A rocket motor. This procurement will result in a flight certified motor for the Rocket Systems Launch Program Office (RSLP) in support of the Sounding Rockets Program and other programs yet to be determined. The contractors must demonstrate, in their submissions, their ability to meet the following minimum requirements: (1) Provide a servo actuated TVA system that mimics the CMP-4 TVA design with the same interfaces for modification of the government's Castor IVB S/N 5A motor, (2) Provide new motor assembly, motor subassembly and nozzle drawings, (3) Provide the TVA upgrade within 15 months of contract award, and (4) provide flight certification of the final configuration for up to one year. Responses to this synopsis must be received no later than 15 calendar days after posting date. Respondents not meeting the above requirements will not be considered. All contractors responding must submit a statement of capabilities to the office identified below. The SOC shall address the four (4) requirements listed above and shall contain pertinent and specific information addressing the following areas: (1) Performance: a handbook outlining the TVA performance specifications with as a minimum: TVA response and frequency data; TVA interfaces; new motor assembly, motor subassembly and nozzle drawings and justification for flight certification, (2) Availability: A description of existing TVAs suitable to upgrade the Castor IVB S/N 5A motor and the capability to modify the existing motor with the TVA system, or, a production schedule showing the ability to build and deliver the TVA system and upgrade the motor, both within 15 months of award of a contract. Any SOC not addressing all the above requirements will be rejected for the purposes of making a set aside determination. The SOC must be submitted within 15 calendar days of the posting. There is a 20 page limitation on the SOC. Submit only unclassified information. All materials submitted will become the property of the Government, and will be reviewed by the Government and support contractors; therefore any restrictions on submissions should be clearly identified, explained and properly marked. Proprietary information is not being solicited, but if provided, proprietary information or trade secrets should be clearly identified. The government will not pay for information provided, and is not liable for any costs incurred by the vendor in response to this RFI. The government will not reimburse contractors or responders to this notice for any costs incurred in responding, or in subsequent exchanges of information. All responses shall include company size status under the North American Industry Classification System (NAICS) code identified below. Any capabilities information received is solely for the purpose of this market research and will not be used in the final RFP evaluation and award. Submit all responses to this synopsis to SMC Det 12/PKS, Attn: Mr. Kenneth G. West, 3548 Aberdeen Ave. SE, Bldg. 415, Room 211, Kirtland AFB, NM 87117-5776. The contract is anticipated to be a firm fixed price contract with an 18 month period of performance. Award of any resultant contract is anticipated by September 2002. Firms responding should indicate their business size and ownership status. The government reserves the right to set this acquisition, or portions thereof, aside for small business, socially and economically disadvantaged businesses, 8(a) firms, HUBZones, historically black colleges or universities and minority institutions. For this proposed acquisition, the definitions in FAR 19.001 and small business size standard for NAICS 336414, size standard 1,000 employees apply. Foreign owned firms are advised to contact the contracting officer before submitting a proposal to determine whether there are restrictions on receiving an 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. The Air Force may use the policies and procedures contained in FAR Part 12 if commercial items are available to meet the needs of the agency. Interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item with 15 calendar days of this notice. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. Potential offerors should communicate first with the Contracting Officer to request information, pose questions, and voice concerns before contacting the Ombudsman. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact the Space and Missile Systems Center (SMC) Ombudsman, Mr. William Orzech at (310) 363-0886. For technical issues, please contact Lt Damen Provost, (505) 846-4892. For contracting issues please contact, Mr. Kenneth West, Contracting Officer, at (505) 846-7381 or Ms. Virgie Henderson, Contract Specialist, at (505) 846-5103 (telefax (505) 846-6387).
 
Record
SN00081101-W 20020524/020522213930 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.