|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 31,1995 PSA#1315SMC/TEKL, 3550 ABERDEEN AVE SE, KIRTLAND AFB NM 87117-5776 18 -- DOD SPACE TEST PROGRAM, MISSION TSX-5 AND TSX-6 SOL
F29601-95-R-0031 POC BUYER, CAPT MICHAEL A. MILLER, 505-846-8522
CONTRACTING OFFICER, MAJ THOMAS W. WALKER, JR., 310-363-3726. The Space
and Missile Systems Center Test and Evaluation Directorate (SMC/TE,
formerly SMC/CU) is seeking sources with the capability to provide
small satellite(s) for R&D mission(s) in support of the DoD Space Test
Program (STP). The contemplated project(s) will place three DoD
Tri-Service experiments into space on free-flying, low-cost,
light-weight satellites for the purpose of advancing DoD space
technology. The anticipated scope of the project will include use of
industry-accepted ''best practices'' to design, fabricate, assemble,
and test at least one, and possibly two, spacecraft. The first mission,
known as TSX- 5, will host BMDO's Space Technology Research Vehicle -2
(STRV-2) together with PL/GL's Compact Environment Anomaly SEensor
(CEASE). The second mission, known as TSX-6, will host the Rome Lab's
experiment Optical Reflection EXperiment (OPREX). The government is
considering two alternatives for manifesting the spacecraft on launch
vehicles: 1) Two spacecraft stacked on a launch vehicle; or 2) Each
spacecraft manifested separately on small launch vehicles.
Additionally, the government can provide launch vehicles (Pegasus XL,
Multi-Service Launch System, ARPA's SSLV (Taurus)) as GFP or the
government is willing to accept proposals that include access to space
for either option. The government anticipates providing on-orbit
command and control at government facilities via the Air Force
Satellite Control Network but will consider approaches that provide
on-orbit command and control services as an option. The government is
also willing to consider approaches that deliver no hardware but
provide data services from the TSX-5 and/or TSX-6 payloads. The
government will provide the payloads GFP and expect the contractor(s)
to integrate the payloads onto the host buses. If the spacecraft are
stacked on a single launcher and the launch vehicle is GFP, the
contractor(s) will integrate the spacecraft to one another to form a
Multi- Satellite Assembly (MSA), system test the MSA, and integrate the
MSA to the launch vehicle. If the spacecraft are manifested separately,
the contractor must integrate the space vehicles to their respective
launch vehicles. The Contractor(s) must be able to meet the following
requirements: TSX-5: 1) Orbit: 450 x 1500(+) km, 2) Inclination: 70 +
40/-10 degrees, 3) STRV-2/CEASE Payload Weight: NTE 255 lbs, 4) Power:
32/110 W OAP (Survival/Max.) 167 W Peak, 5) Life: 6 months design, 1
year goal, 6) FOV: 2 pi Sr for various sensors in Nadir and RAM and
Zenith, 7) Attitude: Three-axis stabilized. TSX-6: 1) Orbit: 530 +/- 60
km, 2) Inclination: 82-92 degrees, 3) OPREX Payload Weight: NTE 110
lbs, 4) Power: 12.4/85 W OAP (Standby/Max ) 135 W Peak, 5) Life: 1 year
design, 3 year goal, 6) FOV: 2 pi Sr for various sensors in Nadir, 7)
Attitude: Three-axis stabilized to within 10 degrees of Nadir.
Spacecraft structures must survive selected launch scenario. Structure
on TSX-6 (bottom spacecraft) must be capable of supporting TSX-5 (top
spacecraft) while meeting LV environments during a stacked launch, if
selected. Potential sources should possess: 1) Demonstrated knowledge
of small to medium class launch vehicles, 2) Demonstrated knowledge of
small satellites, 3) Skilled and experienced design and space-related
systems engineers, 4) Assembly and test facilities or easy access to
these facilities (to include clean rooms), 5) Familiarity with DoD
Space Test Program, 6) Understanding of Air Force Satellite Control
Network (AFSCN) or the ability to independently provide capability for
tracking, command, control, communication, and data handling, 7)
Approved industrial security facilities capable of handling classified
(up to and including SECRET) DOD information and equipment. Potential
sources must submit a written statement of capabilities (SOC) to this
office. The original and two copies of the SOC must be submitted
within 30 calander days from the date of this publication, and should
be limited to 30 pages excluding resumes. The SOC shall contain
pertinent and specific information addressing the following areas: 1)
Experience: An outline of previous spacecraft design projects, specific
work previously performed, and any current in-house effort relevant to
this effort, 2) Personnel: Name, professional qualifications, and
specific experience of engineering and program management personnel who
are expected to be assigned to this effort, 3) Facilities: Availability
and description of fabrication and assembly facilities, testing
facilities and procedures, computer support, and conferencing
facilities. All replies to this synopsis must reference RFP Number
F29601-95-R-0031 and must be received within 30 calander days of
publication of this announcement. Submit only unclassified information.
All responses shall include company name, mailing address, and company
size status under the Standard Industrial Classification (SIC) code
identified below. Submit all responses to this synopsis to SMC/TEKL,
Attn: Capt Michael A. Miller, 3550 Aberdeen Ave SE, Kirtland AFB, NM
87117-5776. Initial award of any resultant contract is anticipated by
August 1995. The Government anticipates making up to two awards for
this effort. The resultant contract(s) may contain an organizational
conflict of interest clause and associate contractor provisions.
Contractual effort is estimated to be a 24 month effort for launch,
with up to 3 years of on-orbit support. Firms responding should
indicate if they are a Small Business, Socially and Economically
Disadvantaged Business, an 8(a) Firm, 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, Historically Black Colleges or Universities, or Minority
Institutions based upon responses to this synopsis. For this proposed
acquisition, the definitions in FAR 19.001 and small business size
standard for SIC 3761, size standard 1000 apply. Foreign firms are
advised that they will not be allowed to participate in this
acquisition at the prime contractor level. 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 as
soon as possible. This announcement is for informational and planning
purposes only. It does not constitute an RFP and is not to be construed
as a commitment by the government. 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 to address
concerns during the proposal development phase of this acquisition.
Potential offerors should communicate first with the Contracting
Officer to request information, pose questions, and voice concerns
before contacting the Ombudsman. In those instances where offerors
cannot obtain resolution from the Contracting Officer, they are invited
to contact the Phillips Laboratory (PL) Ombudsman, Bruce Grunsten at
(505) 846-8273, or at 3651 Lowry Ave SE, Kirtland AFB, NM 87117-5777.
For contracting issues, please contact Capt Michael A. Miller, SMC/TEKL
at (505) 846-8522 (telefax (505) 846-8518). (0088) Loren Data Corp. http://www.ld.com (SYN# 0225 19950330\18-0001.SOL)
18 - Space Vehicles Index Page
|
|