Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 2,1997 PSA#1837

Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773

A -- SPACE TECHNOLOGY INSTITUTE SOL F29601-97-R-0018 POC Shari D. Barnett, Contracting Officer, (505) 846-6189 or Casey DeRaad, Project Officer, (505) 846-4412 ext.401 WEB: Space Technology Institute, http://www.plk.af.mil. E-MAIL: Shari D. Barnett, Contracting Officer, barnett@plk.af.mil. The USAF Phillips Laboratory Space Technology Directorate is seeking sources to help establish an office, designated the Space Technology Institute, that will act as a collaborative forum between U.S. academic institutions with strong space curricula/research programs and the Directorate to stimulate innovation in space technology programs, leverage on-going space technology research in academia, and facilitate Science and Technology personnel growth both in academia and the government. The primary thrust of the Institute will identify and execute far-reaching space technology projects/experiments with high risk and high payoff to the government not otherwise available through conventional solicitations/BAAs/PRDAs. The effort will comprise a variety of investigations with a focus on long-term technology solutions in the following areas: (1) spacecraft dynamics systems (controls, mechanisms and cryogenic cooling), (2) spacecraft structural systems (spacecraft structures, launch vehicle structures, and thermal bus management), (3) space power (energy generation, distribution and storage), (4) protection technologies (radiation hardened electronics, debris tracking/analysis and mitigation, and threat warning/attack reporting), (5) satellite control (autonomy, orbital mechanics, and on-board data fusion), (6) remote sensing, (7) propulsion (orbit transfer vehicles and expendable launch), (8) space environment phenomena and effects, and (9) spacecraft systems engineering (revolutionary new approaches to spacecraft designs and manufacturing). Potential sources are being sought who have the following capabilities, either in-house or through prospective subcontractors: (1) manage and conduct research projects, (2) possess quick and effective accessibility to academic institutions with strong space technology capabilities, (3) extensive experience in space technology related areas of science, engineering and mathematics, (4) expertise in working, individually and collectively, with academia, industry and governmentrepresentatives, and (5) knowledge of, and skill in using, databases to locate past and on-going efforts relevant to topics of research to ensure assigned tasks are not redundant with any other governmental or academic activity. The contemplated effort is a twelve (12) month basic effort with four (4) twelve (12) month options. This effort is anticipated to require 10 man-years for each of the basic and option periods. It is anticipated to award multiple IDIQ, Cost Plus Fixed Fee type contracts with individual task orders competed between selected contractors. Task order topics may originate with the contractor as well as the laboratory. The government's preference is to utilize academic institutions to the maximum extent practicable. If academic institutions propose as a prime, we would expect a no fee contract. A minimum of prime contractor involvement during the course of any basic or option period (e.g., 25%) shall be required. This effort is unclassified. Note: Foreign owned firms are advised there may be restrictions to becoming the prime contractor, with the exception of Canadian firms who are certified contractors, and firms from countries that have signed a Memorandum of Understanding with the U.S. in the applicable technology areas. If access to Export Controlled Data is required on this effort (see 1 0 U.S.C. 140 (c)), the offeror must be currently certified and registered by the Defense Logistics Services Center (DLSC), Battle Creek, MI 49016-3412, (1-800-352-3572) in order to be considered a responsible contractor under this acquisition and to receive export-controlled technical data. Dissemination of export-controlled information must be according to the provision of DoD Directives 5230.24 and 5230.25 and AFR 80-34. Organizations must comply with the requirements set forth in the introduction for R&D Sources Sought. Interested offerors must indicate whether they qualify as a small business under SIC Code 8711, with a size standard of $2.5M . Also firms responding are to indicate whether they are or are not, a small business, a small disadvantaged business, a women-owned business, a historically black college or university, a minority institution, an 8(a) firm, an intra-governmental organization, a large business or an education/nonprofit organization. Based on the responses to this sources sought synopsis the government reserves the right to set-aside this acquisition for participation by small business or 8(a)s. ALL businesses shall submit a Statement of Capabilities (SOC) in response to capability items (1) through (5) above. The SOC shall be limited to 20 pages, including resumes and mailed to Casey DeRaad, PL/VTO, 3550 Aberdeen Avenue SE, Kirtland AFB NM 87117-5776. Replies to this sources sought synopsis must reference F29601-97-R-0018 and be received within 20 calendar days of publication. 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 contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. Before contacting the Ombudsman, potential offerors should first communicate with the Contracting Officer. In those instances where offerors cannot obtain resolution for the Contracting Officer, they are invited to contact the PL Ombudsman, Col James D. Ledbetter, Phillips Laboratory Vice Commander, at (505) 846-4964, or in writing at 3550 Aberdeen Ave. SE, Kirtland AFB NM 87117-5776. 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. For contracting issues, please contact Ms Shari Barnett, (505) 846-6189. For technical issues, please contact Ms Casey DeRaad (505) 846-4412 ext.401. This announcement is for informational and planning purposes only. It does not constitute and IFB or an RFP and isnot to be construed as a commitment by the Government. See Note 26. (0120)

Loren Data Corp. http://www.ld.com (SYN# 0017 19970502\A-0017.SOL)


A - Research and Development Index Page