MODIFICATION
18 -- Evolved Expendable Launch Vehicle (EELV) Launch Services
- Notice Date
- 6/6/2007
- Notice Type
- Modification
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, CA, 90245-2808, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA8816-07-R-0002
- Response Due
- 6/12/2007
- Archive Date
- 6/27/2007
- Point of Contact
- Ms Judy Parnock, Procuring Contracting Officer, Phone (310) 336-4214, - Kathleen Scholefield, Contracting Officer, Phone 310-653-3696,
- E-Mail Address
-
judy.parnock@losangeles.af.mil, kathleen.scholefield@losangeles.af.mil
- Description
- The United States Air Force Space and Missile System Center (SMC), Launch and Range Systems Wing (LRSW), is contemplating issuing a Request for Proposal (RFP) to Lockheed Martin Corporation and Boeing Launch Services, Inc. for Launch Services in support of the AEHF-2, MUOS-1, NROL-27 and NROL-49 missions. The four (4) missions will be added to the existing Lockheed Martin and Boeing EELV Launch Services contracts. These four (4) Launch Services will include requirements for the following: Core Vehicle and Upper Stage, Payload Fairing, Payload Adaptor, Mission Unique Hardware, Mission Assurance Instrumentation, and Booster Storage Costs (if required). The RFP will be issued 15 days after publication of this Notice of Contract Action (NOCA). The Government may elect not to award any of the launch services (described above) as a result of these solicitations. A J&A was approved based upon FAR 6.302-1(a)(2) which states, ?When the supplies or services required by the agency are available from only one responsible source, or, for DoD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for.? FAR 6-301(a)(2)(iii) goes on to state, ?Services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in ? (B) unacceptable delays in fulfilling the agency?s requirements.? And FAR 6.302-3(a)(i) states, ?Full and open competition need not be provided for when it is necessary to award the contract to a particular source or sources in order to maintain a facility, producer, manufacturer, or other supplier available for furnishing supplies or services in case of a national emergency or to achieve industrial mobilization.? The J&A permits Government missions to be awarded with less than full and open competition to Lockheed Martin and Boeing, subject to the Competition in Contracting Act. Any other interested parties (or new entrants) must, at a minimum before being considered a responsible prospective contractor for any EELV launch services contracts, (1) be U.S. manufacturers as defined in the in the 2005 Buy 3 Request for Proposal, (2) have successfully demonstrated two (2) missions (intermediate or larger) that insert payloads into their intended orbits, (3) meet the system requirements identified in the Operational Requirements Document (ORD II) and presented in the March 2005 System Performance Requirements Document (SPRD) for Buy 3, and (4) successfully complete a two-part evaluation, at their own expense, per the attached new entrant capability criteria. Firms that did not perform under the Low Cost Concept Validation, Engineering and Manufacturing Development, and Initial Launch Services contracts, yet believe they can satisfy technical requirements and solicitation provisions as contractors for the EELV launch services, including small business firms, are encouraged to submit a statement of capability(limited to four (4) pages) addressing the above criteria within seven (7) calendar days of this synopsis to: LRSW/PK, Attn: Ms Judy Parnock, 483 North Aviation Blvd, El Segundo, CA 90245-2808. Firms responding should indicate if they are a small business. Prior EELV experience has shown that the time period for a new entrant to demonstrate it is a responsible prospective contractor may be longer than the acquisition timeline for the missions identified in this NOCA. Therefore, other interested parties are welcome to use this NOCA and attached new entrant capability criteria to initiate activity towards demonstrating responsibility. Other than the responsibility requirements to be met by contractors before award of these specific launch services, no formal qualification requirements have been established, but the government reserves the right to do so at a later date. This synopsis is not a formal solicitation. The Government does not intend to award any contracts on the basis of this synopsis or to otherwise pay for the information solicited herein. See note 22. Attachment. EVOLVED EXPENDABLE LAUNCH VEHICLE (EELV), NEW ENTRANT CAPABILITY CRITERIA, EELC Launch Service (ELS) Contract. A "new entrant", any potential launch service provider other than current EELV Lockheed Atlas V or Boeing Delta IV contractors. System requirements for new entrant: Operational Requirements Document (ORD II) (AFSPC requirements); System Performance Requirements Document (SPRD)(contract version); Standard Interface Specification (SIS) (SV interface to LV). A new entrant is responsible for all system design and development; no direction or authority for Air Force to fund. A new entrant must successfully complete a two part Air Force evaluation to be considered: Part 1 Top level assessment of business and technical capability; Part 2 Critical Design Review level of maturity (for all EELV payload classes as defined in the SPRD)(firms interested in a copy of the SPRD should send a written request to the PCO); Including demonstration of two (2) successful EELV intermediate or larger class launches.
- Place of Performance
- Address: Denver, CO
- Zip Code: 80201
- Country: UNITED STATES
- Zip Code: 80201
- Record
- SN01311602-W 20070608/070607034956 (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 |