Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2018 FBO #5978
SOURCES SOUGHT

R -- Rocket Systems Launch Program Mission Assurance (RSLP MA) - Statement of Capabilities Guidelines - RSLP MA Requirements, Description of Work

Notice Date
4/4/2018
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and 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
FA8818-18-R-0003
 
Archive Date
5/18/2018
 
Point of Contact
Alicia L. Cawley, Phone: 505-846-3640, Julia Lagace, Phone: 505-846-9438
 
E-Mail Address
alicia.cawley@us.af.mil, julia.lagace@us.af.mil
(alicia.cawley@us.af.mil, julia.lagace@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RSLP MA Requirements, Description of Work Statement of Capabilities Guidelines The Air Force Space and Missile Systems Center (SMC), Launch Systems Enterprise Directorate (LE), Experimental Launch and Test Division (LEX), Rocket Systems Launch Program (RSLP), Kirtland AFB, Albuquerque, NM is interested in obtaining capability statements demonstrating industry's ability to meet Excess Ballistic Missile (XBM) motor sustainment and independent verification, and validation (IV&V) mission assurance requirements for launch vehicles based on XBM and commercial propulsion systems. RSLP provides XBM motor storage, maintenance, and logistics support, and utilizes XBM motors and commercial launch vehicles to provide launch services, payload integration, and mission planning for Government customers. The RSLP Mission Assurance (MA) contract will procure MA support for Peacekeeper (PK)/Minuteman (MM) based launch vehicles, and commercial liquid engines and solid motor based rocket systems using Government certified and Federal Aviation Administration licensed launches. The objective of the MA process is to identify and mitigate design, production, and test deficiencies that could impact mission success for orbital and suborbital launch services. MA is defined as an integrated engineering-level assessment of analysis, production, verification, validation, operation, maintenance, and problem resolution process performed over the lifecycle of a launch system, from mission conception to space vehicle separation in the required orbit, including collision avoidance and de-orbit maneuver(s), as required. MA services include, but are not limited to, technical, engineering, and analytical services, quick response research, mission assurance, and special studies to support launch vehicle acquisition, launch mission planning, the launch campaign process, and post-flight reporting for suborbital and orbital RSLP missions. The current Launch Services Mission Assurance contract with incumbent, Arctic Slope Regional Corporation (ASRC) Federal Space and Defense (AS&D), expires on 13 December, 2019. The RSLP MA contract period is anticipated to be up to seven years from contract award, covering the notional mission forecast shown below. Each mission comprises an 18 to 24 month mission assurance effort from award to launch, and is anticipated to require 10 to 15 person years per mission. RSLP Mission Forecast (Authority to Proceed) Mission Type FY20 FY21 FY22 FY23 FY24 FY25 FY26 Totals Suborbital 3 0 3 0 2 0 2 10 Orbital 2 3 3 2 3 3 2 18 Total 5 3 6 2 5 3 4 28 RSLP MA Requirements and description of work are identified in Attachment 1 to this posting, titled "RSLP MA Requirements, Description of Work." Companies who meet those requirements are requested to submit a full and comprehensive Statement of Capabilities (SOC) in accordance with Attachment 2, "Statement of Capabilities Guidelines." The SOC must be submitted within 30 calendar days from the date of this posting. Note: Both Government and Contractor personnel will be utilized for SOC evaluation. If proprietary information is deemed essential, the respondent must provide permission for Aerospace Corp to review the proprietary content, and Non-Disclosure Agreements will be executed with the following companies: LinQuest Corp. and Integrity Applications Inc. (IAI). Submit all responses to this synopsis to SMC/ADK, Attn: Alicia Cawley, 3548 Aberdeen Ave SE, Bldg. 413, Kirtland AFB, NM 87117-5776. All responses shall include company size status under the North American Industry Classification System (NAICS) code 541715. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, an 8(a) firm, a woman owned business, 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, socially and economically disadvantaged businesses, 8(a) firms, a woman owned business, historically black colleges or universities or minority institutions. For this proposed acquisition, the definitions in FAR 19.001 and small business size standards for NAICS 541715 size standard of 1250 employees apply. Non-US firms are advised that they will not be allowed to participate in this acquisition. While the Government intends to procure Contractor services to support the RSLP, potential Offerors are reminded that all information provided in response to this Pre-Award RFI is strictly voluntary, and the Government will not reimburse sources in any way for responses provided. Likewise, a company's participation in market research, via this RFI, does not obligate the Government to enter into any contractual agreement, either formally or informally, with a company. The Federal Business Opportunities, www.fbo.gov, will be the primary source to obtain information for this acquisition. The information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any costs associated with submission of information in response to this notice. SB Coordination 18-062.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-18-R-0003/listing.html)
 
Place of Performance
Address: Contractor's Facility, Kirtland AFB, Hill AFB, and various launch ranges, United States
 
Record
SN04878315-W 20180406/180404231415-ffa65d74bcba8dbaa73e31236eaa826b (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.