SOLICITATION NOTICE
14 -- Sounding Rocket Destruct System (SRDS) for Rocket System Launch Program (RSLP) - Minuteman II Rocket Motors
- Notice Date
- 10/10/2008
- Notice Type
- Modification/Amendment
- NAICS
- 332995
— Other Ordnance and Accessories Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- FA8818-08-R-0027
- Response Due
- 10/17/2008
- Archive Date
- 11/1/2008
- Point of Contact
- James R Jefferis,, Phone: 505-853-3367, Arthur C Trader,, Phone: (505) 853-7664
- E-Mail Address
-
james.jefferis@kirtland.af.mil, arthur.trader@kirtland.af.mil
- Small Business Set-Aside
- N/A
- Description
- The Air Force Space and Missile Systems Center, Space Development and Test Wing, Launch Test Squadron (SMC SDTW/LTS), Kirtland AFB, Albuquerque, NM anticipates the release of a Request for Proposal (RFP) for award of one contract to support the Rocket Systems Launch Program (RSLP) for the Minuteman II (MM II) Stage 2 (SR19) and Stage 3 (M57) Flight Termination System (FTS). The resultant contract may contain an organizational conflict of interest clause and an associate contractor clause. The Sounding Rocket Destruct System (SRDS) will allow the RSLP to utilize the former MM II rocket motors in a variety of applications and on numerous Test Ranges. Potential offerors must have significant expertise in MMII solid propellant Flight Termination Systems and government contracting. Potential offerors must demonstrate, in their proposals, significant expertise in the following areas and provide data substantiating each requirement. Minimum requirements are as follows: (1)A thorough knowledge of the SRDS FTS design and engineering to allow for successful completion of lot acceptance and future service life extension testing. (2)A thorough knowledge of the SR19 and M57A1 rocket motors to understand the interface to the SRDS. (3)Design shall minimize debris for nominal fly conditions; normal staging shall not cause initiation of ordnance. (4)A thorough knowledge of the testing of ordnance components including thermal, shock, vibration and functional testing. (5)Ability to adapt the SRDS design for minor improvements including new environmental levels, potential mounting issues and associated drawing modifications. (6)Ability to test and flight certify SRDS hardware. (7)Ability to work with and coordinate with multiple Ranges to ensure usability at all LTS locales. (8)A core team of experienced, trained, and certified ordnance technicians and engineers. (9)A demonstrated ability to work with the Air Force in an integrated team approach. (10)Ability to deliver 18 LAT (Lot Acceptance Test) units, 18 service life units, 32 SR19 and 18 M57 operational units no later than January 30, 2010. Responses to this synopsis must be received no later than 14 days after publication. Respondents not meeting the above requirements will not be considered. All potential offerors meeting the above 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. Any SOC not addressing all the above requirements will be rejected for the purposes of making set aside determinations. 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 potential offerors 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. If you are interested only in subcontracting possibilities, please indicate this clearly in your submission. The contract is anticipated to be Firm Fixed Price for this effort. 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. The research and test data produced under a resultant contract may contain Militarily 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). This announcement is for information and planning purposes only. It does not constitute a RFP and is not to be construed as a commitment by the Government. 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=81f8d0dff151ee0b23801e8d8e98bacd&tab=core&_cview=1)
- Record
- SN01691001-W 20081012/081010214820-81f8d0dff151ee0b23801e8d8e98bacd (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 |