Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2004 FBO #0990
SOURCES SOUGHT

A -- GPS IIF Rubidium Atomic Frequency Standard Modification (RAFSMOD)

Notice Date
8/10/2004
 
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-RAFSMOD64
 
Response Due
9/1/2004
 
Archive Date
9/16/2004
 
Point of Contact
Lt Jason Bolger, Program Manager, Phone (310) 363-2937, Fax (310) 363-6387, - Denise Wheaton, Contracts Specialist, Phone (310) 363-6052, Fax null,
 
E-Mail Address
jason.bolger@losangeles.af.mil, denise.wheaton@losangeles.af.mil
 
Description
The Global Positioning System Joint Program Office (GPS JPO) intends to redesign the IIF space-qualified Rubidium Atomic Frequency Standard (RAFS). The existing RAFS has parts obsolescence problems that will prevent deliveries after FY2008. The GPS JPO is funding the development of a replacement RAFS to avoid a gap in availability. Perkin Elmer is the designer, developer and sole manufacturer of the RAFS for the Block IIF SV's. The Production Drawing Package for the existing Block IIF RAFS is Perkin Elmer proprietary and is not available to the public. Perkin Elmer is the only known company with the requisite knowledge capable of providing the development to the requirements within the required time period. This development program is to provide an initial industrial base to support further development and procurement. It does not include production deliveries and will not directly result in the procurement of RAFS's by the GPS JPO. It is only intended to develop a qualified replacement product that is suitable for potential future follow-on Block IIF SV production orders. The scope of the development is to design, test, qualify and deliver a space-qualified AFS that meets all of the requirements of the GPS Program's Block IIF Rubidium Atomic Frequency Standard, with specifications identified below. SYSTEM OVERVIEW: The RAFS provides a precise and stable sinusoidal frequency at 10.229, 999, 995, 43 MHz (in a vacuum) for the GPS SV. CONTRACT OBJECTIVES: To assist respondents in understanding the potential scope of this effort the following contract objectives are provided as reference: (a) Develop and deliver production representative RAFS in accordance with the performance and design/program specifications as defined in Boeing specification document MC409-0262 "GPS IIF Rubidium Frequency Standard" (including the nuclear and space radiation environment as specified in Appendix I) and its companion specification documents MC409-0285 "GPS IIF Common Requirements". Completion and delivery shall be within 42 months after receipt of order for two verified Flight Demonstration Units to be used for life testing and one tested Qualification unit (with a qualification test report); all three units are to be built with qualified flight components. The anticipated period of performance is October 2004?April 2007. (b) The product must be completely form, fit and function compatible with the Block IIF RAFS as defined in the referenced specifications. (c) Support the generation or update of RAFS and related documents as directed (d) Establish a strong, near real-time dialog and feedback structure with the GPS JPO to provide government insight, achieve quick issue resolution, and respond to government direction. Prospective contractors should submit information in writing no later than 01 September 2004 with documented evidence of their capability to meet all technical contractual requirements. Respondents to this announcement are encouraged to provide, in addition to their capabilities statements, information regarding their assessment of the value of data rights and/or licensing agreement and any other suggestions to assist the government in achieving its objective of developing a replacement for the Block IIF RAFS. The purpose of this announcement is to help the government identify interested potential offerors, or teams, capable of achieving the program objectives within acceptable risks and costs. Respondents are required to submit a current statement of capability, if they have not already done so. The capability package should provide a synopsis of relevant capabilities and past experience with the following information: 1) Company name, mailing address, points of contact and telephone numbers, 2) Business size classification, Large, Small, or Other, 3) Experience in space AFS technologies (including prior successes in achieving development and production of space qualified AFS's; the response must emphasize the proven ability to meet the above scope and schedule), and 4) The facilities to work at the appropriate security level. Interested offerors must submit Statements of Capabilities (SOC), which clearly show that they are qualified to perform this effort. Responses should also indicate the source's intent to be either a prime contractor, subcontractor, or interest in using license to become a developer and supplier. All responses are to be unclassified and should not exceed five (5) one sided pages. Oral communications are not acceptable. Responses must be submitted by email in electronic form in MS Word 98 or higher format or PDF format. All responses must conform to 8.5 x 11 inch pages, with font no smaller than 12 point. If respondents wish to include proprietary or competition sensitive data, they must request additional directions from the primary POC, Lt Jason Bolger. This synopsis is for planning purposes only; any information submitted by respondents to this synopsis is strictly voluntary. Additional questions to the Government may be included under separate cover; the government reserves the right to not respond to all questions but will make an effort to respond to questions. All questions will be considered in future program-planning efforts. This synopsis does not constitute a Request for Proposal (RFP) or an Invitation for Bids (IFB), nor does its issuance restrict the government as to its ultimate acquisition approach. The government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request. In addition, the government is interested in receiving industry views regarding the ongoing government acquisition planning efforts. The government intends to post draft and planning documents in the GPS Bidders Library as they become available to allow industry to view and make comments. Parties need to register with the GPS Bidder's Library, to obtain access. Please submit a letter listing all of the individuals requiring access, and justification for access, and all contact information inclusive of email address. Please submit requests to: Lt Jason Bolger, Program Manager, GPS Space Atomic Frequency Standard, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245, Phone: 310-363-2937, Fax: 310-363-6487, Email: Jason.Bolger@losangeles.af.mil.
 
Record
SN00640612-W 20040812/040810212333 (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.