Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 30,1997 PSA#1856

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

A -- IMPROVED SPACE ARCHITECTURE CONCEPT (ISAC) SOL F29601-96-R-0016 DUE 082197 POC Wilma Harrington, Buyer, 505-853-3238; Capt Joseph Nedeau, Project Officer, 505-846-5810, Linda Rae Johnson, Contracting Officer, 505-846-5935. Reference R&D Sources Sought Synopsis dated 23 Aug 96 for specifics on this acquisition. This is a Research and Deveopment Notice of Intent to Contract. Please be advised that the contract name has been changed from the Improved Space Computer Program (ISCP) to the Improved Space Architecture Concept (ISAC). ISAC provides the contractual vehicle to evaluate (through simulation, testbed, and space qualifiable demonstration) affordable, open-systems mission payload architectures with the flexibility to meet a wide range of satellite missions and be easily adaptable to mission changes and technology enhancements. ISAC consists of a Basic effort, ARchitecture Testbed Initiative (ARTI), lasting 18 months ending with the delivery of a testbed based on commercial components. There will be two (2) options on this contract. Option 1, Space Architecture Demonstration and Integration (SADI) lasts 24 months and has an engineering model as a deliverable. Option 2, Flight ELectronics EXperiment (FELEX), lasts nine (9) months with a space qualifiable flight unit as the main deliverable. There is a three (3) month overlap between SADI and FELEX. The Air Force Phillips Laboratory intends to award up to two (2) Cost Plus Fixed Fee contracts for ARTI, pending the availability of sufficient funds. If two awards are issued, the government will downselect for the two options. Interested concerns must have a Top Secret Facility Clearance. Foreign owned firms are advised they will not be allowed to participate as the prime contractor. An Information Package containing the Statement of Work including the Integrated Management Documentation Instructions, Contract Data Requirements Lists (CDRLs), Section L (Instructions to Offerors), Section M (Evaluation Criteria), will be published on the World Wide Web no later than 3 Jun 97. Comments must be received no later than 13 Jun 97. A Pre-Proposal Conference will be held at Phillips Laboratory on 18 & 19 Jun 97 from 8:30 a.m. to 5:00 p.m.. The conference will be held at the AFOTEC Conference Center, Bldg 20130, located at 8500 Gibson Blvd N.E. on Kirtland Air Force Base. The first day will consist of Phase I status briefings by Mission Research Corporation and Maxwell Technologies, and a series of briefings by Phillips Laboratory. The second day will be a general meeting of all parties to discuss the comments provided by industry to the government on 13 Jun and meetings between individual offerors and the government to discuss specific questions or issues. Those wishing to have a one-on-one session on Jun 19th may sign up for a time on Jun 18th. The scope of the one-on-one discussions will be limited to questions that only improve the solicitation package. No marketing, proposal data or proprietary information will be discussed. Each industry organization will be limited to five (5) key personnel. To prepare its proposal and perform services under the contract, the contractor will require access to Military Critical Technical Data whose export control is restricted by U.S. export control laws and regulations. Contact the Defense Logistics Services Center (DLSC), Federal Center, 74 North Washington, Battle Creek MI, 49016-3412, (1-800-352-3572) for further information on the certifications and approval process. A Request for Proposal (RFP) will be issued on or about 7 Jul 97. The RFP will request a proposal to be submitted in 4 volumes: oral proposal transparencies and hard-copies, management, cost and administrative; the proposal is due 45 days after release of the RFP. Contract award is anticipated for the 1st Quarter of FY98. A Read File will be established at Phillips Laboratory in PL/VTME, Building 891 (the trailers at the SE corner of Truman and Aberdeen), Room 14, KAFB, NM. All responsible sources may submit a proposal, which will be considered by the agency. Please contact Wilma Harrington, Contract Specialist, at (505) 853-3238 for contractual questions, or Capt Joseph Nedeau, ISAC Program Manager, at (505) 846-5810 for technical questions. This procurement is subject to the availability of funds. (0148)

Loren Data Corp. http://www.ld.com (SYN# 0001 19970530\A-0001.SOL)


A - Research and Development Index Page