|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 22,1995 PSA#1288Hq Electronic Systems Center, Directorate of Contracting, R&D
Contracting Division (ESC/PKR), 104 Barksdale St, Hanscom AFB MA
01731-1806 A -- AEROSPACE VEHICLE INSTRUMENTATION SOL PR FY71219503183 POC Robert
W. Tyrrell, Contracting Officer, 617-377-2930; Therese C. Pierce,
Contract Specialist, 617-377-2414; David C. Curtis, Technical Contact,
617-377-2819. Research and Development Sources are sought in support
of the Aerospace Engineering Division, Phillips Laboratory (PL/SXA) to
provide support, research and engineering studies of new and on-going
efforts in the area of original development of systems, subsystems and
components that will improve the technology base of aerospace vechicle
instrumentation. These research activities are a continuation of
on-going research currently performed under Contract F19628-92-C-0096
with Wentworth Institute of Technology of Boston, MA. The efforts shall
include, but not be limited to, the following: (1) Design, fabricate,
assemble, test, launch, recover and refurbish aerospace payloads and
components; (2) Design, develop, and fabricate electrical and
mechanical assemblies for aerospace payloads, including ground support
equipment; (3) Subject fabricated items to vibration, shock and
thermal testing; and (4) Provide payload servicing and associated
launch support. The Contractor will be required to engineer, fabricate
and refurbish up to twenty (20) aerospace payloads for flight on
sounding rockets, balloons, aircraft, satellite and the space shuttle.
All programs will require support at PL Hanscom AFB and at various
launch sites. The launch sites may include White Sands Missile Range,
NM; NASA Wallops Flight Facility, VA; Kennedy Space Center, FL; and
other remote locations. Interested potential sources should respond by
indicating their ability to meet the following screening criteria, of
equal importance: (a) Demonstrate proven capabilities and
understanding of research, development, design, fabrication, assembly,
test, launch support, recovery and refurbishment of aerospace payloads
and components. (b) Knowledge and fabrication of aerospace (sounding
rocket, balloon, aircraft, satellite and space shuttle) systems, sub
systems and component reliability issues. (c) Demonstration of a
thorough knowledge of engineering analysis and modeling using 2- and 3-
dimensional theory and software, applied to structural and thermal
problems on aerospace structures, pressure and vacuum vessels, and
mechanical/electrical systems. (d) Knowledge of advance manufacturing
methods and their application to complex components and assemblies. (e)
Demonstrate proven capabilities to design and support cryogenic storage
systems, radiation shields, vacuum systems, and utilization of
supercritical helium for infrared instruments. (f) Knowledge of test
apparatus and procedures for evaluating material strength properties
and vacuum system leaks. (g) Knowledge of numerical control (NC)
machines and software language which may be implemented in the
construction of spacecraft components and optical mirrors used in
telescope systems. The period of performance will be sixty (60) months
estimated to begin in the 4th quarter of FY95. Offerors interested in
documenting their capabilities to perform this work should reference
PR FY71219503183 in responding to the Deputy for Small Business, Attn:
ESC/BC, Mr. Alan Hart, 275 Randolph Raod, Hanscom AFB, MA 01731-2818.
Information on file at ESC/BC must be supplemented to document the
capabilities in the above stated areas. Organizations not registered
must submit complete qualifying information. Firms should also indicate
their status if qualified as socially or economically disadvantaged.
Each offeror responding to this synopsis is requested to submit with
its reply a name and telephone number for a point of contact. The
Government will solicit those firms meeting the screening criteria in
this synopsis. Organizations responding to this sources sought synopsis
will not be notified as to whether or not they meet the screening
criteria. Any offeror initially judged to be unqualified will be
provided a copy of the solicitation upon request and any offer such a
firm might submit will be evaluated without prejudice. 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 not to diminish the authority of the program
director or contracting officer, but to communicate offeror concerns,
issues, disagreements, and recommendations to the appropriate
government personnel. When requested, the Ombudsman will maintain
strict confidentiality as to the source of the concern. The Ombudsman
does not participate in the evaluation of proposals or in the source
selection process. Interested parties are invited to call Colonel
Thomas J. Mackey at (617) 377-5106. The Ombudsman should only be
contacted with issues or problems that have previously been brought to
the attention of the program manager and/or the contracting officer
and could not be satisfactorily resolved at that level. This synopsis
is for information and planning purposes, does not constitute an IFB or
RFP, and is not to be construed as a commitment by the government.
Closing date submission of responses is thirty (30) days from the
publication of this notice. See Numbered Note(s): 25. (0048) Loren Data Corp. http://www.ld.com (SYN# 0018 19950221\A-0018.SOL)
A - Research and Development Index Page
|
|