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