Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21,1995 PSA#1287

Phillips Laboratory/PKV, Directorate of Contracting, 3651 Lowry Avenue SE, Kirtland AFB NM 87117-5777

A -- TEST AND PAYLOAD INTEGRATION (TPI) SOL F29601-95-R-0024 POC STEPHEN M. SANDAGER, CONTRACTING OFFICER, (505) 846-5935 X134; SANAE YATA, CONTRACT SPECIALIST, (505) 846-5935 X141. TPI Sources Sought Synopsis. The Air Force Phillips Laboratory (PL) seeks qualified sources for the Test and Payload Integration (TPI) program, a low cost analysis, ground and flight test effort which will provide the data needed to validate and demonstrate design concepts for a range of technology experiments developed by the BMDO-sponsored, Phillips Laboratory Countermeasures Hands-On Program (CHOP). The security classification of the contract is expected to be SECRET/NOFORN/WNINTEL. Foreign firms are advised they will not be allowed to participate as the prime contractor. Companies involved with the development and operation of U.S. theater missile defense systems must address organizational conflict of interest considerations. The contractor will require access to Militarily Critical Technology List (MCTL) data which is controlled under the Export Control Act. Only contractors listed on the Qualified Contractors Access List (QCAL) may receive controlled data. Contact Defense Logistics Services Center, Federal Center, 74 North Washington, Battle Creek, Michigan 49016-3412, 1-800-352-3572 to become registered and certified. The length of the anticipated effort is 36 months beginning in FY96 with two 12- month options, for a total of five years (if all options are exercised). Unguided sounding rockets will be the most probable launch vehicles for the CHOP missions. As a baseline, PL/SXAT will provide the booster, perform booster integration, launch services, and range interface implementation activities. If required by a specific subtask, the contractor shall provide payload guidance and control and may be responsible for the booster related activities noted above. For most missions the individual detailed test requirements will not be identified more than six months before a desired launch date. Therefore the use of long lead hardware/software will be discouraged. The successful contractor will access an inventory of selected GFP hardware and implement a streamlined, ~skunkworks type~ program consistent with the ongoing CHOP, to design, fabricate (or procure), assemble and test the ground/flight hardware. The Air Force will make available as GFP, the experiment, booster system, specific avionics components, range assets and support, and launch support assistance from PL/SXA. An Integrated Product Development (IPD) team approach will be utilized. Consistent with IPD philosophy, a Pre-Solicitation Conference (PSC) is planned for 27 and 28 Mar 95 to provide additional information to industry regarding program history, scope, constraints and approach. At the meeting the Air Force will solicit written inputs for consideration in developing technical, contractual and hardware stockpile/logistics aspects of the program procurement documentation. Each contractor must limit participation to no more than three qualified personnel. Meetings with individual potential prime offerors to discuss their inputs will be scheduled during a bounded time period after the PSC, during this period a classified library containing information on past missions will be made available to potential offerors on an ad hoc, scheduled basis. All attendees must be U.S. citizens, and possess a SECRET (or higher) clearance. Attendees will be briefed on security handling procedures for NOFORN/WNINTEL and will be required to sign the proper documentation. A Phillips Laboratory visitor's badge and QCAL certification is also required to have access to the Technical Library and to attend the PSC. Clearances, badges and QCAL certification will be checked at the security desk in Building 413. Submit a visit request to PL/AS 3550 Aberdeen Avenue, SE, Kirtland AFB, NM 87117-5776, FAX (505) 846-2190. Visit request can be verified by telephoning Visitor Control at (505) 846-7355. In addition, please notify Capt Thompson at (505) 846-5799, ext 232 of your attendance for planning purposes. The PSC is scheduled at The Air Force Operational Test and Evaluation Center at 1:00 pm on 27 and 28 March 95 in the Presentation Center, Building 20130, Kirtland AFB, NM. No person will be allowed in the door unless their security department has furnished a complete visit request and a complete security clearance by 20 March 1995 as THE ENTIRE PSC IS A CLASSIFIED MEETING (SECRET/NOFORN/WNINTEL). In order to be considered qualified, prospective offerors must meet the following minimum criteria, or demonstrate how all criteria will be satisfied through teaming or subcontracting. (1) Perform concept validation efforts by analyses, ground tests and flight tests. (2) Design, fabricate and assemble, integrate and test components into flight qualified hardware. (3) Plan and conduct tests at government facilities. (4) Define and implement a balanced successful quality assurance/risk mitigation program in a ~skunkworks type~ environment. (5) Work with government launch agencies and program managers in an IPD approach. (6) Conduct flight tests at appropriate ranges and meet program schedules of six months from mission definition to launch. (7) Have, or be able to obtain by contract award date, a SECRET facility clearance. (8) Have financial, engineering and managerial resources to support sporadic, quick turnaround efforts. Contractor teaming arrangements are encouraged. Interested offerors are requested to submit a statement of capabilities (SOC) within 15 calendar days of this announcement, substantiating each qualification described in (1) through (8) above. For each capability area provide specific definition of tasks conducted on U.S. government contracts and programs that were successfully accomplished during the FY84-FY94 time period which can be reviewed to validate said claim. Only unclassified information should be submitted. Prospective offerors are advised that SOCs will be reviewed by government and advisory contractor (TRW) personnel. In the event responses include proprietary or company sensitive information, offerors should indicate agreement that TRW personnel may review information submitted. Potential offerors responding to this sources sought synopsis must indicate whether they qualify as a small business under SIC 8731, with a small business size standard of 1000 and whether they are, or are not, a socially and economically disadvantaged business, a woman-owned business, a historically black college or university, a minority institution, an 8(a) certified firm, a large business, or an education/nonprofit organization. Based on the responses to this announcement, the Air Force reserves the right to set-aside this acquisition, or portions thereof, for the 8(a) Program, small business, socially and economically disadvantaged business, historically black colleges and universities or minority institutions. The SOC should contain no more than twenty (20) legible pages, excluding resumes, each 8.5 x 11 in size, in triplicate, and be received at the following address: PL/PKVA (S. Yata), 2251 Maxwell Avenue, SE, Kirtland AFB, NM 87117-5772, Project: TPI, F29601-95-R-0024. This is not a notice of intent to contract. The Government does not intend to award a contract on the basis of this request. An Ombudsman has been appointed to hear concerns from potential offerors during the proposal development phase of this acquisition. Potential offerors should use established channels whenever possible to request information, pose questions, and voice concerns before contacting Ombudsman. For serious concerns only, potential offerors are invited to contact the PL Ombudsman, Colonel Dayton L. Silver, Phillips Laboratory Vice Commander at (505) 846-4964, or at 3550 Aberdeen Avenue SE, Kirtland AFB, NM 87117. The Alternate Ombudsman is Mr. Bruce Grunsten in the Directorate of Contracting at (505) 846-8273, or at 3651 Lowry Avenue, SE, Kirtland AFB, NM 87117- 5777. For your convenience, information concerning this procurement will be available in the future (on or about 20 Feb 95) on the Scientific and Technical Acquisition Referral System (STARS) Electronic Bulletin Board maintained by the Directorate of Contracting at (505) 846-5854 (No parity, 8 databits, 1 stopbit). (0047)

Loren Data Corp. http://www.ld.com (SYN# 0007 19950217\A-0007.SOL)


A - Research and Development Index Page