Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1995 PSA#1277

Phillips Lab (PL/PKSB), 3550 Aberdeen Ave. SE, Kirtland AFB, NM 87117-5776

A -- MIGHTYSAT EXPERIMENTAL SATELLITE PROGRAM SOL F29601-95-R-0023 POC Contracts Team - Tammie L. Johnson, Contracting Officer, (505)846- 6923; Technical Team - Capt Mark K. Lutey, Project Officer, (505) 846- 0623. Sources Sought Synopsis This announcement is a Research and Development Sources Sought Synopsis for procurement for two distinct phases of the Phillips laboratroy space Advanced Technology Transition Demonstration (ATTD) under the new MightySat experimental satellite program. It does not constitute a Request For Proposal (RFP) or Invitation for Bid (IFB). The first phase of this effort, representing the first MightySat mission, is expected to be a sole source contract to CTA for the refurbishment and flight of an existing small spacecraft bus, using residual hardware from a prior Government contract with CTA. The second phase, representing a long term effort for a series of MightySat missions, will be a competitively awarded contract for the development of a micro-satellite (under 300 lbs) spacecraft bus with associated engineering support. The RFP for the Phase II effort is expected to be released in 4QFY95. Phase I will involve hardware, software, and associated engineering support for the refurbishment of an existing, government-owned micro-satellite bus, integration of a set of PL experimental payloads, and launch and on-orbit operations support. This effort will be limited to a single micro-satellite mission using a CTA-developed spacecraft bus, and is expected to be under $2M in contracted costs. The expected term of this work will be from 3QFY95 to 4QFY97. The large majority of the effort is expected to be completed in the first 12 months to support a required May 96 delivery to NASA for launch. Based upon the familiarity of CTA with the government-owned micro-satellite system and the required delivery schedule, it is the Government's intent to award a sole source contract to CTA for this effort, although Statements of Capability for Phase I will be accepted and evaluated. Phase II of the MightySat effort is for the complete design, development, production, and testing of micro-satellite spacecraft for use in a series of MightySat missions over the next several years. It is expected that this procurement will be for a minimum of three (3) microsatellite spacecraft (with options for several more) delivered to PL on an annual basis starting in 2QFY97. A single award for a cost plus fixed fee (CPFF) contract, approximately $10M - $15M over 5 years, is anticipated. Exercising of options may result in the need for delivery of multiple spacecraft within a single year. The level of classification for this effort is secret. Capability in the entire process of translating Phillips Lab space experiment requirements into operating on-orbit assets is required, as demonstrated through actual experience. Hardware and software experience in designing, fabricating, interfacing, launching, and conducting mission operations of satellites, which includes payloads, spacecraft bus, and the launch vehicle is a must. Specific capabilities in the development of small satellites (under 1000 lbs) and, preferably, micro-satellites (under 300 lbs) should be highlighted. All small businesses interested in Phase II should provide a Statement of Capability (SOC), with an original and three (3) copies, within 20 days of the publication of this announcement. Any Statements of Capability for Phase I should also be submitted within this time frame. Others need only send a letter stating interest in receiving the RFP when it is released and their assigned Commercial and Government Entity (CAGE) code. Responses should be sent to PL/PKSB, Attn: Tammie L. Johnson, 3550 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776. The Statement of Capability shall contain pertinent and specific information addressing experience, personnel qualifications, and current capability of proposed team relevant to this effort, in the following areas: 1) Development of Small Satellites and associated Ground Hardware: the process of design, analysis, fabrication, and assembly of small satellite systems, the understanding of government mission and program requirements, and translation of these requirements into the design and development of a flexible microsatellite system, component, subsystem and system design and performance evaluation, spacecraft, payload, and mission analysis, development of component, subsystem and system specifications, overall systems engineering, and the design and analysis of spacecraft interfaces for compatibility with launch systems, ground stations, and GFE payloads. 2) Integration and Testing of Space Systems: Integration of payload hardware and software with a small spacecraft bus, system-level environmental and functional testing, integration of the assembled satellite with an existing launch system, the integration of independently-developed components (such as GFE payloads, Ground Support Equipment, and Ground Stations), the execution of a comprehensive integration and testing approach, the capability to meet NASA requirements for approval as a Shuttle secondary payload, thermal, structural, mechanical, and electrical design and analysis capabilities to meet the requirements of various launch systems, capability to successfully execute payload/bus and satellite/launch vehicle integration. 3) Launch and Mission Operations: Small satellite launch operations, mission operations involving command & control of space systems, the development of all hardware and software, in addition to providing the required engineering support, for the successful conduct of space experiments, the subsequent acquisition of critical flight data, the ability to command and control the satellite, and the capability to successfully respond to unexpected on-orbit situations. The following areas will also be evaluated for responses to the Phase I effort. 4)Fast-Response Refurbishment of Existing Small Spacecraft and Delivery of Ground Station: Rapid re-design and refurbishment of a existing, government-owned, microsatellite hardware, Re-design, analysis, refurbishment, and integration work, integration of a set of GFE payloads, and system-level environmental testing within 12 months of contract award, understanding of the design and functionality of the existing spacecraft hardware, component and subsystem performance evaluation and re-design to meet government requirements, and the design and analysis of spacecraft interfaces for compatibility with launch systems, ground stations, and GFE payloads. 5) Fast-Response Acceptance of Small Satellite as a Space Shuttle Secondary Payload : Rapid delivery of an acceptable secondary payload for the NASA-managed Space Transportation System, including all necessary documentation, meeting applicable NASA Secondary Payload design, performance, and safety requirements for a system, thermal, structural, mechanical, and electrical design and analysis capabilities needed for NASA approval of satellite hardware, and familiarity with interfaces and operating features of the standard NASA ejection system for secondary payloads. For each area, the information provided shall include, but is not limited to, organizational experience (specific past programs, tasks performed, and government program managers), available personnel (qualifications and background), and facilities & resources (computers, clean-rooms, testing equipment, ground support equipment). The capability statement shall be limited to 20 pages, excluding resumes. All of the above areas must be addressed to include any plans for subcontracting, teaming, etc. Only unclassified information should be submitted for consideration. All firms submitting responses must reference the MightySat Program and indicate whether they are, or are not, 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 aside this requirement for the 8(a) Program, Small Disadvantaged Business, Small Business, or Historically Black Colleges and Universities or Minority Institutions. Interested contractors must indicate their size qualifications under Standard Industrial Classification (SIC) 8731, with a small business size standard of 1000 employees based on responses to this synopsis. Foreign firms are advised they will not be allowed to participate as the prime contractor. 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 (1-800-352-3572) as soon as possible. A Briefing to Industry (BFI) on the overall MightySat program and issuance of a Draft RFP for the Phase II effort are planned and will be announced in the Notice of Contracting Action. The Phillips Lab point of contact for technical issues is Capt Mark K. Lutey, 505-846-0623, and for contracting concerns is Tammie L. Johnson, 505-846-6923. 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. Before contacting the Ombudsman, potential offerors should use established channels to request information, pose questions, and voice concerns. For serious concerns only, potential offerors are invited to contact the PL Ombudsman, Col Silver, Phillips Laboratory Vice Commander, 3550 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776. (0033)

Loren Data Corp. http://www.ld.com (SYN# 0015 19950203\A-0015.SOL)


A - Research and Development Index Page