Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
SOURCES SOUGHT

14 -- Peacekeeper Aging Surveillance Program

Notice Date
6/18/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
FA8818-11-R-0002
 
Archive Date
8/3/2010
 
Point of Contact
Arthur C Trader, Phone: (505) 853-7664, Glenn Bontly, Phone: (505) 846-2021
 
E-Mail Address
arthur.trader@kirtland.af.mil, glenn.bontly@kirtland.af.mil
(arthur.trader@kirtland.af.mil, glenn.bontly@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Missile Systems Center (SMC), Launch Test Squadron (LTS), Rocket Systems Launch Program (RSLP), Kirtland AFB, New Mexico intends to solicit a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for the aging surveillance (AS) of the SR118, SR119, and SR120 motors (Peacekeeper (PK) stage 1, 2, and 3 respectively). This effort will acquire aging surveillance services for the former Peacekeeper rocket motors for stages 1, 2 and 3 in support of RSLP. The services will allow RSLP to utilize the former PK rocket motors in a variety of applications. Specific tasks include providing all aspects of engineering and AS support, as required, to ensure flight worthiness on the SR118, SR119, SR120 rocket motors and related components in support of RSLP. RSLP AS support requires the historical AS test data for all three motors in order to provide continuous trend analysis for determining the expected life of the motors and various age-sensitive components. This support includes test and analysis of the motors and components to determine: 1) if there are age related trends, 2) the severity of the aging, and 3) mitigations to the effects of aging. For the SR120 motors, the government maintains a static fire capability and provides static fires. For the SR118 and SR119 motors, the government requirement is for the contractor to maintain a static fire capability and provide static fires. Additional support will include 1) anomaly resolution; 2) modification of the motor(s) related to problems either identified from the AS program or due to a unique launch requirement; and 3) development or modifications to motor related support equipment. RESPONSES TO THIS SYNOPSIS MUST BE RECEIVED NO LATER THAN THE RESPONSE DATE of 19 JULY 2010, AS CITED IN PARAGRAPH 4 ABOVE. 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. The SOC is limited to 25 pages excluding resumes. Submit only unclassified information. All potential offerors shall include company size status under North American Industry Classification System NAICS 541712 - Research and Development in the Physical, Engineering, and Life Sciences. Submit all responses to this synopsis to SMC SDTW/PKS, Attn: Mr. Arthur C. Trader, 3548 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776. In addition, electronic copies shall also be transmitted to Mr. Trader at arthur.trader@kirtland.af.mil and to Mr. Glenn Bontly at glenn.bontly@kirtland.af.mil. Responses from small businesses (SB) and small disadvantaged businesses (SDB) are highly encouraged. If you are interested only in subcontracting possibilities, please indicate this clearly in your submission. 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 NAICS 541712, 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). 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. It does not constitute a Request for Proposal (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 (Mr. Arthur C. Trader, 505-853-7664) 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: SMC Ombudsmen Mr. James H. Gill, SMC/PK 483 North Aviation Boulevard El Segundo, CA 90245 (310) 653-1789. For general contracting information, please contact SMC SDTW/PKS, Glenn Bontly, 505-846-2021.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-11-R-0002/listing.html)
 
Record
SN02182259-W 20100620/100618234945-52e85a57a839bcad57fd69b7eb559748 (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.