Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOURCES SOUGHT

A -- Minuteman Motor Disposal Support for RSLP - Sources Sought Synopsis

Notice Date
9/3/2010
 
Notice Type
Sources Sought
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts 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
FA8818-11-R-XXX3
 
Archive Date
10/19/2010
 
Point of Contact
James A. Melancon, Phone: 5058468822, Arthur C. Trader, Phone: 5058537664
 
E-Mail Address
james.melancon@kirtland.af.mil, arthur.trader@kirtland.af.mil
(james.melancon@kirtland.af.mil, arthur.trader@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PDF Sources Sought Synopsis Description: The Air Force Space and Missile Systems Center (SMC), Rocket Systems Launch Program (RSLP), Kirtland AFB, Albuquerque, NM anticipates the release of a Request for Proposal (RFP) for award of a 1-year contract (with three 1-year options) to support the disposal of unusable rocket motors by washout (metal case only) and burn/thermal processes. Specifically, the RSLP former Minuteman II (MM II) Stage 1 (M55A1), Stage 2 (SR19AJ-1), Stage 3 (M57A1), Peacekeeper (PK) Stage 1 (SR118) Stage 2 (SR119) and Stage 3 (SR120) Rocket Motors, and rocket motors are in need of disposal. The disposal of these motors will allow RSLP to utilize the storage space vacated by these motors for serviceable rocket motors. RSLP will require a minimum disposal of 100 motors per year (Government will direct quantity of each type) (basic and exercised option years included). In order to qualify, bidders must have significant expertise in MM/PK solid propellant systems, disposal methodology, and government contracting. The contractors must demonstrate, in their proposals, significant expertise in the following areas and provide data substantiating each of the requirement areas can be met. Minimum requirements are as follows: (1) A thorough understanding of the MM II M55A1, SR19AJ-1, M57A1, PK SR118, SR119, SR120 propulsion systems, including solid propellant, igniter, nozzles, and thrust termination systems. (2) Extensive experience with handling, disassembly, and disposition of MM II/PK solid propellants. (3) Demonstrated ability to work with the Air Force in an integrated team approach. (5) A core team of experienced, trained, and certified MM/PK technicians and engineers. (6) State of the art laboratories and disposal facilities capable of conducting component removal, washout and burning of motors, and transportation of motors from storage locations to their disposal facility. (8) A management structure familiar with and compliant to government technical and programmatic direction. (9) Adequate financial and managerial resources to perform the requirements of the contract. Responses to this synopsis must be received no later than 30 days after publication. Respondents not meeting the above requirements will not be considered. Small businesses meeting the above requirements must submit a written statement of capabilities (SOC) to this office. Large businesses are not required to submit a SOC but should provide a point of contact. 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 a set aside determinations. The SOC must be submitted within 30 calendar days of this publication, and is limited to 25 pages excluding resumes. Submit only unclassified information. All 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 a Firm Fixed Price (FFP), Indefinite Delivery, Indefinite-Quantity (IDIQ), 1-year basic contract with three 1-year options. Initial award of any resultant contract is anticipated by February 2011. The period of performance is estimated to be up to four years (with all options exercised). The resultant contract may contain an organizational conflict of interest clause and an associate contractor clause. 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. Foreign firms are advised to contact the contracting officer or project manager before submitting a proposal to determine whether there are restrictions on receiving an award. The research and test data produced under a resultant contract may contain Militarily Critical Technology List (MCIL) 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 sea.). 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 RFP and is not to be construed as a commitment by the Government. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. 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 A. Melancon/505-846-8822.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-11-R-XXX3/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02267463-W 20100905/100903234935-5623c00db9ba079448e60ac5cafe5c18 (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.