Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2006 FBO #1769
SOURCES SOUGHT

A -- Rocket Systems Launch Program SRP-3

Notice Date
9/28/2006
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 483 North Aviation Blvd, El Segundo, CA, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
Reference-Number-SourcesSought79
 
Response Due
10/13/2006
 
Archive Date
10/28/2006
 
Description
The Rocket Systems Launch Program (RSLP), Kirtland AFB, Albuquerque, NM, is contemplating multiple awards of five-year Task Order contracts to provide RSLP with sub-orbital ballistic trajectories, including air launched missions, or other defined test objectives. This program will provide enhanced capability and flexibility in the development of RSLP sounding rocket launch vehicles and launch services with the use of Government Furnished Equipment (GFE) or commercial motors to meet a wide variety of mission requirements. The contractor will be required to integrate Minuteman, Peacekeeper or other motor stages with the GFE payload to include but not limited to; development of guidance and control systems, targeting launch vehicle, development of flight termination systems and resolution of range safety issues, provide launch services, and perform post-launch analysis. The contractor will develop, procure, and build flight-test hardware, support equipment and integrate and provide launch services from any of the national test/launch ranges within 12 months from the time the contract is awarded for most missions. The contract period of performance will be for five years and will require flexibility in responding to unique technical requirements, vehicle quantity, and schedule changes. Dependent on the mission, the government may provide the following GFE: motors, payload, facilities, launch vehicle transportation, and selected ground handling, launch, and support equipment. The Government is requesting interested firms to submit a Statement of Capability (SOC) expressing their desire and ability to meet the Sounding Rocket Program (SRP) objectives. Potential sources must submit a written statement of capabilities (SOC) to this office. The Statements of Capability shall contain pertinent and specific information addressing these 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: name, professional qualifications and specific experience of scientific, engineering and program management personnel who might be assigned to work in areas of the subject effort, and (3) Facilities: availability and description of special 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 SECRET level. The responses provided in the three areas above should contain information demonstrating ability to meet the following technical requirements: (1) Ability to design a variety of launch vehicles using GFE, commercial boosters, and other required hardware meeting all technical, mission, and safety requirements. This includes ability to (a) design launch vehicles based on a range of motors; (b) incorporate different national test range ground and flight safety requirements into the design of the launch vehicle systems; (c) integrate a payload designed and provided by an independent payload contractor to the launch vehicle to provide a complete sounding rocket booster system; (d) design, develop, and test necessary modifications to the motor, to include guidance and control hardware and software, and attitude control systems capable of performing post-boost maneuvers. (2) Ability to perform a range of mission planning, targeting, and data analysis efforts. This includes ability to (a) target a variety of different launch vehicles; (b) coordinate mission parameters with outside agencies by providing trajectory data and vehicle characterization; (c) perform post-mission analysis of booster telemetry and sensor data; (3) Ability to fabricate and test necessary components and provide required modifications to the boosters and other required structures. This includes the ability to (a) manufacture and test attitude control hardware capable of performing required post-boost maneuvers; (b) fabricate, modify, integrate, and test guidance and control systems; (c) provide facilities, tooling, support and test equipment for both hardware and software, which the contractor will maintain and utilize for testing, manufacturing, integration and analysis; (d) test hardware for vibration, shock, humidity and temperature for both individual components and integrated systems; (e) provide facilities to safely test individual components and integrated systems; (f) safely transport hardware, including rocket motors and pyrotechnic devices; (g) obtain access to a manufacturing and testing facility with facility clearance at the SECRET/ NOFORN level. (4) Ability to plan and perform flight test operations from any government or commercially owned launch range (Reagan Test Site, Western Range, Eastern Test Range, Wallops Island, White Sands Missile Range, Kodiak Launch Complex, Pacific Missile Range Facility, etc.). This includes: (a) planning launches from the range in accordance with relevant ground and flight safety requirements and mission requirements; (b) integrating and servicing boosters and payload using existing storage, missile assembly and integration and operations facilities. (5) Ability to provide program management activities, integrating systems engineering and other activities. This includes: (a) experience interfacing with several independent payload contractors, government agencies, and range safety offices; (b) capability of efficiently integrating systems engineering disciplines such as configuration management, reliability, quality assurance, safety, manufacturing, etc; (c) facilities and procedures for hosting SECRET / NOFORN meetings. Any response not addressing all the above requirements will be rejected. The SOC must be submitted by 13 October 2006 and is limited to 25 pages excluding resumes. Submit only unclassified information. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. The Federal Business Opportunities, http://www.fedbizopps.gov/, will be the primary source of information for this acquisition. All responses shall include company size status under the NAICS Code identified below. Submit all responses to this synopsis to SMC SD/PKS, Attn: Ramona Romo-Garza, 3550 Aberdeen Ave SE, Bldg 404, Kirtland AFB, NM 87117-5776. If you are interested only in subcontracting possibilities, please indicate this clearly in your submission. Initial award of any resultant contract is anticipated by November 2007. 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, minority institutions or service-disabled veteran-owned small businesses. 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, minority institutions, and service-disabled veteran-owned small businesses. For this proposed acquisition, the definitions in FAR 19.001 and small business size standard for NAICS 541710, size standard 1000 employees apply. Foreign firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level. 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 Sources Sought Synopsis neither constitutes a Request for Proposal (RFP), nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. Questions pertaining to this announcement shall be directed to Capt Steve Howard, SMC/SDTW/PK at (505) 846-3640, email steve.howard@kirtland.af.mil
 
Place of Performance
Address: See Description
Zip Code: 87117
Country: UNITED STATES
 
Record
SN01157078-W 20060930/060928220728 (fbodaily.com)
 
Source
FedBizOpps 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.