Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
SOURCES SOUGHT

A -- Small Launch Vehicle (SLV)

Notice Date
12/17/2009
 
Notice Type
Sources Sought
 
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, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
Undetermined
 
Archive Date
1/29/2010
 
Point of Contact
Anna K. Ferguson, Phone: 5058469288, Mel G. Pearson, Phone: (505) 853-3503
 
E-Mail Address
anna.ferguson@kirtland.af.mil, mel.pearson@kirtland.af.mil
(anna.ferguson@kirtland.af.mil, mel.pearson@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Small Launch Vehicle (SLV) Sources Sought Synopsis 1. Type of Action: R - Sources Sought Synopsis 2. Classification Code: A 3. Title: Small Launch Vehicle 4. Response Date: Release + 4 Weeks 5. Primary POC: Anna Ferguson, Contract Specialist, (505) 846-9288, anna.ferguson@kirtland.af.mil 6. Secondary POC: Mel G. Pearson, Contracting Officer, (505) 853-3747, mel.pearson@kirtland.af.mil 7. Reference Number: 10-14 8. Solicitation Number/Contract Award #: Undetermined 9. Award Amount: $500,000,000 10. Contractor: N/A 11. Awarded CLIN #: N/A 12. Description: The Space and Missile Systems Center, Space Development and Test Wing, Launch Test Squadron (LTS), Kirtland AFB, Albuquerque, NM, is contemplating multiple awards of a seven-year delivery order Indefinite Delivery Indefinite Quantity (IDIQ) contract with a combination of Cost Plus Fixed Fee, Firm Fixed Price, and Fixed Price Incentive Fee delivery orders for missions that encompass a wide range of small launch missions detailed below in Mission Scenarios 1-3. The purpose of this program will be to provide enhanced capability and flexibility in the development of small launch vehicles and launch services using mature vehicle designs and any combination of commercial and Government Furnished Property (GFP) motors to meet a variety of mission and payload requirements. The Government is requesting interested firms to submit a written Statement of Capability (SOC) expressing their desire and ability to meet the Small Launch Vehicle objectives to this office. Background: LTS is looking for launch service providers and, while the launch vehicle itself is an important part of the requirement, the ability to modify a vehicle with the addition of stages, greater volume fairing, alternate launch locations, reduced launch call up times, and other mission-enabling capabilities are equally important. LTS requires a multitude of small launch capabilities to support the following mission types: Mission 1 - Small Satellite: Mission 1 covers small spacecraft/satellites that range from 500 lbs to 6,000 lbs in mass to a Low Earth Orbit (LEO). Additional orbits of interest include, but are not limited to, higher energy orbits such as Geostationary Transfer Orbit (GTO), Medium Earth Orbit (MEO), and Highly Elliptical Orbits (HEO). Potential missions will include single satellite insertions as well as multiple payloads. Responses should include discussion on the company's capability to support multiple payload deployments. Mission timelines will be from 3+ years to 12 months for nominal missions. The contract will have provisions to support operationally responsive space missions. Mission 2 - Sub-Orbital Launch: LTS supports government agencies with sub-orbital missions that may either be simply the booster itself, re-entry vehicles, or experiments. This mission type may be either air or ground launched, liquid or solid, and may require launch from austere locations. Target missions will be sub-orbital in nature. Mission 3 - Test Launch: LTS supports a number of launches that are neither targets nor space launch. These missions may be to demonstrate new technologies, unique items, and other unique R&D activities. It is difficult to define the capabilities needed for these launches prior to an experimental or R&D mission being defined. The interested firm should discuss their ability to develop a launch system, either from a modified configuration or from the ground up, based on the mission requirements. Prospective firms need to discuss their ability and knowledge of launching from any launch range and the ability to meet range safety requirements. For each mission type the contractor will be required to develop the launch vehicle, including, but not limited to, development of guidance and control systems, mission and targeting software, flight termination systems, providing the launch service, and performing post-launch analysis. The contractor will develop, procure, and build flight hardware, and integrate and launch the mission from any of several ranges. The contract ordering period will be for seven years and will require flexibility in responding to unique technical requirements, vehicle quantity, and schedule changes. Depending on the mission, the government may provide the following GFP: payload, launch facilities, solid booster motors (deactivated Minuteman and Peacekeeper ICBM rocket motors), payload isolation systems, separation systems, re-entry vehicles, decoys, and launch vehicle transportation hardware. The Statements of Capability shall contain pertinent and specific information addressing these areas: (A) 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, (B) Personnel: 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 (C) 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 for Experience, Personnel, and Facilities above should contain information demonstrating the ability to meet the following technical requirements for each of the three specific mission types the contractor is interested in pursuing. The technical requirements are: (1) Mission Design: Ability to design launch vehicle(s) using commercial and GFP motors meeting all technical, mission, and safety requirements. This includes the ability to (a) design launch vehicle(s) that are either flight proven, derived from a flight proven design(s) or, for new configurations, maximize the use of flight heritage components and systems and other efforts that minimizes mission risk; (b) incorporate different 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 contractor or as GFP) to the launch vehicle; and (d) design, develop, and test the vehicle to include guidance and control hardware and software and attitude control systems capable of meeting mission requirements. (2) Mission Planning: Ability to perform a range of mission planning, targeting, and data analysis efforts. This includes the ability to (a) provide mission planning and targeting of the proposed launch vehicle(s); (b) coordinate mission parameters with outside agencies by providing trajectory data and vehicle characterization; (c) perform post-mission analysis of booster telemetry and ground sensor data. (3) Launch Vehicle Fabrication and Test: Ability to fabricate and test the necessary components, and assemble the launch vehicle. This includes the ability to (a) manufacture and test attitude control hardware capable of performing required 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 motors and pyrotechnic devices; (g) obtain access to a manufacturing and testing facility with facility clearance at the SECRET/ NOFORN level. (4) Launch Vehicle Assembly and Test: Ability to plan and perform flight test operations from any government or commercially owned launch range to include air launch capability. 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 or contractor furnished storage, missile assembly and integration and operations facilities. (5) Program Management: Ability to provide program management activities, integrating systems engineering and other activities. This includes: (a) interfacing with payload contractors, government agencies, and range safety offices; (b) efficiently integrating systems engineering disciplines such as configuration management, reliability, quality assurance, safety, manufacturing, etc; (c) facilities and procedures for hosting SECRET / NOFORN meetings. All potential sources are encouraged to respond to one or more of the 3 missions. The SOC(s) will be rejected unless all the above technical requirements are addressed for each mission type. The SOC must be received by Release + four weeks. Each SOC is limited to 25 pages per configuration, excluding resumes. All replies to this synopsis must refer to the reference number (12) above. Submit only unclassified information. All responses shall include company size status under the NAICS code identified below. Submit all responses to SDTW/PKN, Attn: Ms. Anna Ferguson, 3548 Aberdeen Ave SE, Bldg 415, Kirtland AFB, NM 87117-5776, anna.ferguson@kirtland.af.mil, (505) 846-9288. If you are interested only in subcontracting possibilities, please indicate this clearly in your submission. Initial award of any resultant contract is anticipated by July 2011. 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 or a minority institution. Responses from small and small disadvantaged businesses are highly encouraged. 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, and minority institutions. For this proposed acquisition, the definitions in FAR 19.001 and small business size standard for NAICS 336414, size standard 1,000 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 announcement is for information and planning purposes only. It does not constitute an RFP and is not to be construed as a commitment by the Government. Questions pertaining to this announcement shall be directed to Ms. Anna Ferguson, 3548 Aberdeen Ave SE, Bldg 415, Kirtland AFB, NM 87117-5776, anna.ferguson@kirtland.af.mil, (505) 846-9288. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Space and Missile Systems Center Ombudsman, Mr. James H. Gill at (310) 363-1789, james.gill@losangeles.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/Undetermined/listing.html)
 
Record
SN02026481-W 20091219/091217234942-42ce933669b54752651d4ab3f2ab0f0f (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.