Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOURCES SOUGHT

18 -- Modular Mechanical Ordnance Destruct System

Notice Date
8/17/2010
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment 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
MMODS10-56
 
Archive Date
9/28/2010
 
Point of Contact
Lloyd L. Porterfield, Phone: 5058535873, Arthur C Trader, Phone: (505) 853-7664
 
E-Mail Address
lloyd.porterfield@kirtland.af.mil, arthur.trader@kirtland.af.mil
(lloyd.porterfield@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 procure additional Modular Mechanical Ordnance Destruct Systems (MMODS) for Minuteman II (MMII) and Minuteman III (MMIII) motors and booster sets; this will provide regular internal aging surveillance testing to extend the service life of MMODS ordnance components and also provide rework and test of these assets as required to maintain flight certification. The resulting contract may contain an organizational conflict of interest clause and an associate contractor clause. Rockets Systems Launch Programs (RSLP) use the MMODS to support both space and sub-orbital mission requirements for flight termination. Potential offerors must have significant expertise with the MMII/MMIII solid propellant motors, MMII/MMIII ordnance destruct systems and with Government contracting. Potential offerors must demonstrate in their Statements of Capability significant expertise in the following areas and provide data substantiating each requirement: (1) Ability to provide ordnance destruct systems for MMII and MMIII rocket motors and booster sets that meet Range Safety Requirements outlined in East/West Range (EWR) 127-1 (referring to Patrick and Vandenberg, respectively), (2) Extensive EWR 127-1 knowledge and experience, (3) Ability to perform Aging Surveillance/Life Extension Testing to include: a. Non-destructive testing consisting of visual and dimensional checkout, leakage and X/N-ray, b. Destructive testing consisting of high temperature storage, thermal cycling, shock, random vibration, operational sinusoidal vibration (except on stage 1), leakage and X/N-ray, c. Firing test with a mix of low and high temperature assets. (4) Ability to perform and provide engineering studies, analyses and technical support for programs utilizing MMODS and accomplish special studies related to MMODS transportation, maintenance, safety, storage and use. (5) Ability to perform rework on previously delivered MMODS and components. (6) Ability to conduct program management tasks to manage the overall schedule and publish test reports for MMODS. (7) Ability to perform environmental and safety compliance activities in accordance with Federal, State and Local laws and regulations relative to small ICBM ordnance systems. RESPONSES TO THIS SYNOPSIS MUST BE RECEIVED NO LATER THAN THE RESPONSE DATE of 13 SEPTEMBER 2010. 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 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 336419 - Other Guided Missile and Space Vehicle Parts. 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. Lloyd Porterfield at lloyd.porterfield@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 336419, size standard 1,000 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, Lloyd L. Porterfield at Lloyd.porterfield@kirtland.af.mil or 505-853-5873.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/MMODS10-56/listing.html)
 
Place of Performance
Address: SMC SDTW/PK, Contracting Division, 3548 Aberdeen Avenue SE, Kirtland Air Force Base, New Mexico, 87117-5778, United States
Zip Code: 87117-5778
 
Record
SN02243537-W 20100819/100817235503-e206bba3e80849242f567035525ca643 (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.