Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2008 FBO #2326
MODIFICATION

B -- Engineering & Laboratory Test Support for the RSLP MM II, Stage 2 Rocket Motor & Componets

Notice Date
4/7/2008
 
Notice Type
Modification/Amendment/Cancel
 
NAICS
541330 — Engineering Services
 
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
90245-2808
 
Solicitation Number
FA8818-08-R-0024
 
Response Due
4/18/2008 5:00:00 PM
 
Archive Date
4/26/2008
 
Point of Contact
James Jefferis, Contract Specialist, Phone 505-853-3367, Fax 505-846-6387, - Aurthur Trader, Contracting Officer, Phone (310) 653-3397, Fax (310) 653-3455
 
E-Mail Address
james.jefferis@kirtland.af.mil, arthur.trader@losangeles.af.mil
 
Description
Engineering and Laboratory Test Support for the Rocket System Launch Program (RSLP) for Minuteman II Stage 2 Rocket Motor and Related Components Sources Sought Synopsis 1. Type of Action: Presolicitation 2. Classification Code: NAICS - 541330 3. Title: Engineering and Laboratory Test Support for the Rocket System Launch Program (RSLP) for Minuteman II Stage 2 Rocket Motor and Related Components 4. Response Date: 14 calendar days after date of publication. 5. Primary POC: Arthur C. Trader 6. Secondary POC: James R. Jefferis 7. Reference Number: N/A 8. Solicitation Number/Contract Award#: N/A 9. Award Amount: N/A 10. Contractor: N/A 11. Awarded CLIN #: N/A 12. Description: The Air Force Space and Missile Systems Center, Space Development and Test Wing, Launch Test Squadron, Kirtland AFB, Albuquerque, NM, anticipates the release of a Request for Proposal (RFP) for award of one IDIQ contract with a five (5) year ordering period to support the Rocket Systems Launch Program (RSLP) former Minuteman II (MM II) Stage 2 (SR19) Aging Surveillance Service Life Analysis Program and associated engineering services. The resultant contract will contain an organizational conflict of interest clause and an associate contractor clause. The Aging Surveillance Service Life Analysis Program will allow the RSLP to utilize the former MM II rocket motors in a variety of applications. Potential offerors must have significant expertise in MM solid propellant systems and Government contracting. Potential offerors must demonstrate, in their proposals, significant expertise in the following areas and provide data substantiating each of the requirement areas can be met. Minimum requirements are as follows: (1) A thorough knowledge of the SR19 propulsion system, including solid propellant, flexseal, igniter, nozzles, roll control, and thrust vector control systems. (2) Extensive experience with handling, machining and testing the SR19 solid propellant. (3) Mil-Std level testing and data reporting requirements. (4) Demonstrated ability to work with the AF in an integrated team approach. (5) A core team of experienced, trained, and certified MM technicians and engineers. (6) Ability and facilities to dissect SR19 solid rocket motors and components. (7) State of the art laboratories and test facilities capable of conducting chemical analysis, mechanical properties testing, explosive hazards testing and non destructive testing in environments simulating operating and non-operating environments of SR19 propellant and components. (8) Computer codes allowing for structural and thermal analysis of SR19 motors, flexseal, and components. (9) Historical data on motor, flexseal, component, and propellant performance/capabilities, and the expertise to correctly interpret it. (10) Computer codes to support statistical analysis and database maintenance of historical data and recent test data to develop Useful Life Estimates. (11) Ground test facilities capable of static testing and x-raying SR19 motors and components. (12) A management structure familiar with and compliant to Government technical and programmatic direction. (13) Adequate financial and managerial resources to perform the requirements of the contract. Respondents not meeting the above requirements will not be considered. All potential offerors meeting the above minimum requirements must submit a written Statement of Capabilities (SOC) to this office. The SOC shall contain pertinent and specific information addressing the following 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. The SOC must be submitted within 14 calendar days of this publication, and is limited to 25 pages excluding resumes. Submit only unclassified information. All SOCs shall include company size status under the Standard Industrial Classification (SIC) code identified below. Submit all responses to this synopsis to SMC SDTW/PKS, Attn: Mr. Arthur C. Trader, 3548 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776 or may be e-mailed to james.jefferis@kirtland.af.mil. If you are interested only in subcontracting possibilities, please indicate this clearly in your submission. The contract is anticipated as primarily FFP with a CPFF CLIN for special investigations. Award of the contract is anticipated by December 2008. The period of performance is anticipated to be five years. Firms responding should indicate if they are a small 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, 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 SIC 3761, size standard 1000 employees apply. Foreign owned firms are advised to contact the contracting officer or project manager before submitting an SOC to determine whether there are restrictions on receiving an award. The research and test data produced under the contract may contain Militarily Critical Technology List (MCIL) 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 sea.). 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 49106-3412 as soon as possible. This announcement is for information and planning purposes only. This announcement does not constitute an RFP and is not to be construed as a commitment by the Government. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the Contracting Officer their interest and capability to satisfy the Government requirement with a commercial item within 15 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. The purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels 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: Center/MAJCOM Ombudsmen Mr. James H. Gill 483 North Aviation Boulevard El Segundo, CA 90245 (310) 653-1789. For contracting issues, please contact SMC SDTW/PKS, James R. Jefferis/505-853-3367.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=70b9404d05986fa269efed1fdd49a509&tab=core&_cview=1)
 
Record
SN01548716-W 20080409/080407220336-70b9404d05986fa269efed1fdd49a509 (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.