Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2004 FBO #0895
SOURCES SOUGHT

A -- Space Test Program - Standard Interface Vehicle (STP-SIV)

Notice Date
5/7/2004
 
Notice Type
Sources Sought
 
NAICS
927110 — Space Research and Technology
 
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-44
 
Response Due
6/7/2004
 
Archive Date
6/22/2004
 
Point of Contact
Chris Milburn, Contracting Specialist, Phone (505) 846-5083, Fax null, - Odette Denman, Contracting Officer, Phone (505) 846-9147, Fax null,
 
E-Mail Address
chris.milburn@kirtland.af.mil, odette.denman@kirtland.af.mil
 
Description
The Space and Missile Systems Center (SMC) Detachment 12, Space Test Program Office (STP), Kirtland AFB, Albuquerque, NM, is contemplating the award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract for one or more small satellites to fly future space experiments. The scope of the IDIQ contract will be an initial order of one, and a maximum order of six, spacecraft over the life of the contract. Other space hardware such as separation devices, adapters, and miscellaneous launch/space support hardware, will be included in the scope of the contract. This will be a 5-year contract with an initial order for one spacecraft, integration & testing of one or more experiments onto the spacecraft, launch site preparation of the satellite, and anomaly resolution for at least one year of operations. The spacecraft will be designed to fly in low earth orbit at a wide range of inclinations with a minimum one-year lifetime. Other delivery orders are anticipated (up to a maximum of 5 additional) but are not part of the initial order. The purpose/goal of this program will be to design, fabricate, integrate, and test a spacecraft with a standard interface to the experiments so that future spacecraft would require minimum redesign. The Government is requesting that interested firms submit a written Statement of Capability (SOC), expressing their desire and ability to meet the STP objectives, to this office. Spacecraft requirements will be provided on the website and in the RFP technical requirements document (TRD). Potential offerors will be required to develop a realistic standard spacecraft to payload (experiments) interface as part of their proposal. In addition, requirements for one or more experiment bundles will be provided with the final RFP. Proposals will be required to demonstrate the offerors design approach as it applies to sample experiments, one of which will be the bundle for the initial delivery order. Background: STP requires multiple small satellites to fly future space experiments. For the Initial Satellite and Any Additional Satellites Required Thereafter: The contractor will design, fabricate, integrate and test the spacecraft, plus integrate and test one or more experiments to the spacecraft, launch site preparation of the satellite, and anomaly resolution during on-orbit operations. The government will provide the experiments and the launch. The Statements of Capability shall contain pertinent and specific information addressing these areas: (A) Experience: a detailed description 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. (B) Facilities: availability and description of design, fabrication, and integration and test facilities required to perform in the technical areas under consideration, and a statement regarding industrial security clearance and storage facilities to support work at the Top Secret/SCI level. If current capabilities do not meet anticipated requirements of this solicitation, describe your approach to any modifications to facilities and/or security capabilities to meet the requirements including significant milestones. The responses provided for Experience and Facilities above should contain information demonstrating the ability to meet the following technical requirements: (1) Ability to design, fabricate, and integrate & test two small satellites ~400 lbs each on a parallel schedule. (2) Ability to interact with experiment principal investigators and their teams to develop the satellite payload suite for the spacecraft from STP specified experiments. (3) Ability to handle and process classified information and hardware up to top secret/SCI. All potential responsible sources are encouraged to respond. The SOC(s) will be rejected unless Experience, Facilities and all the above technical requirements are addressed. The SOC must be received by 7 June 2004. Each SOC is limited to 20 pages. All replies to this synopsis must refer to the STP-SIV acquisition. Submit only unclassified information. All responses shall include company size status under the NAICS code identified below. Submit all responses to this synopsis to SMC Det 12/PKT, Attn: Mr. Chris Milburn, 3548 Aberdeen Ave SE, Bldg 413, Kirtland AFB, NM 87117-5776. All documents on this acquisition, including this synopsis, can be found at http://www.te.plk.af.mil/stp-siv/ once the site is activated. Draft documents will be made available on this site as they are developed and updated. The draft RFP is anticipated to be released in late summer 2004. A Briefing for Industry (BFI) and one-on-one meetings will be held during the RFP review period to answer questions and clarify items in the RFP. If you are interested only in subcontracting possibilities, please indicate this clearly in your submission. Initial award of any resultant contract is anticipated in late summer of 2005. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, an 8(a) firm, a historically black college or university or a minority institution. The government reserves the right to set this acquisition, or portions thereof, aside for small businesses, socially and economically disadvantaged businesses, 8(a) firms, 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. Notice to Foreign-Owned Firms: Contracts will be awarded only to U.S. companies. Foreign nationals are not allowed to participate on this program. Foreign vendors providing non-technical services (e.g., a separation device) to the prime U.S. contractor must be pre-approved by SMC Det 12/ST PCO. The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq.). Only those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. Request certification and registration from the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412 as soon as possible. This announcement is for information and planning purposes only. It does not constitute an RFP and is not to be construed as a commitment by the Government. Questions pertaining to this announcement shall be directed to Mr. Chris Milburn, Contract Specialist, SMC Det 12/PKT at (505) 846-5083, email chris.milburn@kirtland.af.mil, (telefax (505) 846-8518). An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall 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. Interested parties are invited to call the Space and Missile Systems Center Ombudsman, Pat Devine at (310) 363-3571. Notes 8 & 26 apply to this acquisition.
 
Place of Performance
Address: Contractor's facilities.
 
Record
SN00581945-W 20040509/040507212137 (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.