Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
DOCUMENT

66 -- USAF Academy Fast Tracking Telescope - Industry Day Briefing & Responses to Comments/Questions

Notice Date
8/27/2008
 
Notice Type
Industry Day Briefing & Responses to Comments/Questions
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-08-R-0036
 
Point of Contact
Jan K. Christensen,, Phone: (719) 333-8923
 
E-Mail Address
jan.christensen@usafa.af.mil
 
Small Business Set-Aside
N/A
 
Description
Notice : This modification/amendment changes the Title of this program posting. All other content remains unchanged. All dates for submissions remain as originally posted. Also posted are Industry Day slides and responses to comments/questions. This is NOT a request for proposal (RFP). NO solicitation is being issued at this time, and this notice shall not be construed as a commitment by the government to issue a solicitation or ultimately award a contract. Any information provided by industry to the government as a result of this sources sought notice is voluntary. Responses will not be returned. No entitlement to payment or direct or indirect costs or charges to the government will arise as a result of contractor submission of responses to the government. The information obtained from industry in response to this notice may be used in the development of an acquisition strategy and future RFP. The USAF Academy has a requirement for a ground-based fast-tracking/steering telescope (FTT) and mount for low earth orbit (LEO) satellite imaging, as well as classical astronomy and astrophysics applications. The telescope and mount will be installed, tested and operated in this government provided facility, located in the Cadet Area of USAFA (Colorado Springs, CO). It is the government's intent to have one primary contractor, who will oversee the design and construction of the telescope and mount. The government is pursuing separate avenues to provide a facility to house the telescope, to include the enclosure, dome, pier and appropriate power and communications capabilities. The contractor will be required to construct the fast steering mount and Optical Tube Assembly (OTA) to include primary mirror support (cell), truss, secondary mirror and assembly, tertiary mirror and assembly, and two Nasmyth-style instrument platforms, together with the control software and electronics necessary to fully operate this system. In addition, the successful offeror will be required to fully interface the telescope control system with the government furnished facility, to include design parameters for the facility to insure operability of the OTA and mount. The contractor will also be expected to provide operation and maintenance training as well as detailed documentation. The primary contractor will work closely with other contractors as well as the government when installing the telescope, in order to ensure that all specifications are met. At minimum, potential sources are requested to provide the following information: 1. Evidence they have completed similar type of work, including design, construction, and integration of 2 meter class telescopes on schedule and within original budget. 2. Ability to subcontract as necessary to qualified sources, and to oversee such subcontracts. Alternatively, the ability to team with other contractors on the original proposal to accomplish same. 3. Evidence of relevant team expertise, such as qualified optical engineers, software engineers, and mechanical/structural engineers. 4. While the telescope and mount is not envisioned as an operational AF asset, the telescope will be primarily used for satellite imaging and other Space Situational Awareness (SSA) activities. Accordingly, we request evidence of substantial experience (3 years or more) working in these areas, and evidence of awareness of current DoD Space Situational Awareness (SSA) operational requirements. 5. Evidence the potential contractor has engaged in this type of business for over 5 (five) years, has the necessary equipment, personnel, and financial resources to fulfill the requirements of this contract. 6. Demonstration of capability to comply with the Buy American Act. 7. A description and percentage of work most likely to be subcontracted, and what percentage of the subcontracted work small businesses could/would perform. This information will be used to establish small business subcontracting goals. 8. In the event a government facility is not completed prior to anticipated delivery, the government would like to know an estimated cost of storage per month of the finished assembly. Attached are the draft specifications associated with this telescope and mount requirement. Notice: Non-government personnel will be involved in this acquisition as technical advisors. The advisors are working for the following company: Valdez International Corporation, 1490 Garden of the Gods Road, Suite B, Colorado Springs, CO 80907. Valdez is under contract with the Academy to provide Research & Development support. All respondents are requested to indicate business size status in relation to the applicable NAICS code 333314 (Size Standard 500 employees). Also identify and address if your firm is 8(a), women owned, HUBZone, or otherwise classified as a small disadvantaged business. All interested firms should submit a capabilities package that outlines capabilities in providing all of the above mentioned requirements with respect to the provided specifications. The capabilities packages should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Teaming and/or subcontracting arrangements should be clearly delineated. The response should not exceed 25 pages, single-spaced, 10 point typed. Please submit one hard copy on or before 30 May 2008 to Mr. Jan K. Christensen, 10 MSG/LGCW, 8110 Industrial Dr, US Air Force Academy, Colorado Springs CO 80840, and one electronic copy via email to the follwing address: jan.christensen@usafa.af.mil. Telephone 719-333-8923.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3b6700c103501abcc72747d293022c62&tab=core&_cview=1)
 
Document(s)
Industry Day Briefing & Responses to Comments/Questions
 
File Name: Industry Day Briefing Slides (USAFA FTT IndustryDayBriefing 15AUG2008.ppt)
Link: https://www.fbo.gov//utils/view?id=973798bb8e3fe3498112bf5f25062068
Bytes: 316.50 Kb
 
File Name: Responses to Comments/Questions -- Second Responses document. (08R0036 FTT_Responses (2) 27AUG2008.doc)
Link: https://www.fbo.gov//utils/view?id=c5a386f5062078e775b8dba041c647b4
Bytes: 62.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01653216-W 20080829/080827222314-3b6700c103501abcc72747d293022c62 (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.