|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1997 PSA#1917Phillips Laboratory (PL/PK), 2251 Maxwell Avenue SE, Bldg 424, Kirtland
AFB, NM 87117-5777 A -- SPACE TEST PROGRAM DOD SERB EXPERIMENTS -- PRDA 97-03 SOL 97-03
POC Contracting Officer, Odette Denman, 505/846-9147, Technical Point
of Contact, Lt Dale White, 505/846-6406, Contracting Point of Contact,
Ms Aurora Vigil WEB: Program Research and Development Announcement
(PRDA). This page provides information for the SMC/TE PRDA only.,
http://www.te.plk.af.mil/contracts/news.htm. E-MAIL: Contracting
Officer, Odette Denman@plk.af.mil, Technical, Lt
WhiteDR@plk.af.mil,Mission Design Project Officer, or Spaceflight
Mission Design Chief, Major Gary Hendel, at HendelGR@.plk.af.mil,
vigilm@plk.af.mil. 17. A -- TITLE: PROGRAM RESEARCH AND DEVELOPMENT
ANNOUNCEMENT (PRDA) FOR SPACE TEST PROGRAM DoD SERB EXPERIMENTS. SOL
97-03 POC Aurora Vigil, Contract Specialist (505 -846-8543), Odette
Denman, Contracting Officer (505 -846-9147). The Space and Missile
Systems Center is soliciting proposals to identify and leverage new and
innovative technology solutions to provide timely and cost-effective
spaceflight and integration of DoD experiments on existing spacecraft
from domestic and foreign firms as described below. THIS ANNOUNCEMENT
CONSTITUTES THE SOLICITATION. Interested offerors are instructed to
contact Mission Design Project Officer, Lt Dale White, (505) 846-6406
or E-Mail at WhiteDR@.plk.af.mil or Spaceflight Mission Design Chief,
Major Gary Hendel, (505) 846-4660 or E-Mail at HendelGR@.plk.af.mil
before submitting a proposal. For any additional information concerning
this announcement contact SMC/TEKL Contract Specialist, Aurora Vigil,
(505) 846-8543or at E-Mail VigilM@.plk.af.mil. prior to submitting
proposals. The purpose of these communications is to preclude
unwarranted effort on the part of the offeror whose work is not of
interest to the Government and to save proposal costs. The government
reserves the right to hold a Briefing to Industry prior to proposal
submittal date, for any or all of the subject experiments. The first
round of proposals shall be submitted by 20 Nov 97, 1500 Mountain Time,
and addressed to ATTN: Directorate of Space and Missile Test and
Evaluation, Contracting Division, Ms Odette Denman (SMC/TEKL, PCO),
3550 Aberdeen Avenue SE, Bldg 413 Room 114, Kirtland Air Force Base NM
87117-5776. All proposals received within the first 90 days after
publication will be evaluated as a group. Proposals received thereafter
will be evaluated on a quarterly basis. NOTE: Currently funding is not
identified. Any resultant awards associated with this PRDA are subject
to the availability of funds. Award is anticipated FY98 -- FY99. Once
each proposal is evaluated and categorized, it may be necessary to hold
the award/no award decision for Category I and/or Category II proposals
until funding becomes available. B. REQUIREMENTS -- Provide low-cost
spaceflight and delivery of the experiment data (for minimum of one
year) for one or more of the following experiments: (1) Solar Mass
Ejection Imager (SMEI), Ready Date: September 99. Experiment Summary:
Image solar ejecta to predict, up to two days in advance, solar
produced environmental disturbance that can degrade or impair DOD space
systems. Orbit Requirements: Inclination- Any; Altitude- Apogee:
1000km, tolerance: +/-200km. Perigee: 1000km, tolerance: +/-200km.
Pointing Direction: Zenith. Pointing Requirements: 3 Axis. Attitude
Control: 1 degree and jitter. Weight: 27 Kg. Data Requirements: 56 Kbps
(continuous). Power (peak): 50 Watts. Volume: 155,000 CC. Dimensions
(cm): 4 units, 30.6 x 26.1 x 15.5 (1), 50 x 47.5 x 20 (3). (2)
Atmospheric Density Specification (ADS), Ready Date: September 98.
Experiment Summary: Integrate several sensor technologies to measure
upper atmospheric density to within 5% and to coordinate various other
upper atmospheric metric to improve satellite drag models. Orbit
Requirements: Inclination- 90 degrees, tolerance: +0 degrees -5
degrees; Altitude- Apogee: 1500km, tolerance: +500km/-1000km. Perigee:
220km, tolerance: +80km/-50km. Pointing Direction: RAM. Pointing
Requirements: 3 Axis. Attitude Control: 1 Degree. Attitude Knowledge:
900 arcsec. Weight: 23.3 Kg. Data Requirements: 16.5 Mb/orbit. Power
(peak): 44 Watts. OAP: 23 Watts. Volume: 40,000 CC. Dimensions (cm): 28
x 43 x 45. (3) Ionospheric Mapping and Geocoronal Experiment (IMAGE),
Ready Date: 3Q97. Experiment Summary: Monitor space weather through
global imaging of the ionosphere, magnetosphere, and the geocorona from
space. Orbit Requirements: Inclination- any; Altitude- Apogee:
10,000km, tolerance: +40,000km/-0km. Perigee: 500km, tolerance:
+4000km/-0km. Pointing Direction: earth/nadir. Pointing Requirements:
3 Axis or spinning. Weight: 30 Kg. Data Requirements: 2 Kbps. Power
(peak): 25 Watts. Volume: 80,000 CC. Dimensions (cm): 30 x 50 x 50. (4)
Thermospheric Temperature and Nitric Oxide Spectrograph (TtANOS), Ready
Date: October 97. Experiment Summary: Photometer measures solar x-ray
fluctuations while high resolution UV spectrograph measures the
resulting airglow/limb-profile emissions. Orbit Requirements:
Inclination- >60 degrees, Altitude- Apogee: 500km, tolerance
+500km/-200km. Perigee: 500km, tolerance +500km/-200km. Pointing
Direction: earth limb. Pointing Requirements: 3 Axis. Attitude
Knowledge: +/- 2 arcmin. Weight: 31.5 Kg. Data Requirements: 10 Kbps
maximum. Power (peak): 20 Watts. Volume: 44,420 CC. Dimensions(cm): 2
units, 11 x 11 x 16 (1), 64 x 36 x 21 (1). (5) Silicon X-ray Imager
(SIXI), Ready Date: January 00. Experiment Summary: Demonstrate
navigation of satellites through x-ray observation of stars. Orbit
Requirements: Inclination- low, Altitude- Apogee: 800km, tolerance:
n/a. Perigee: 250km, tolerance: n/a. Pointing Direction: celestial.
Pointing Requirements: 3 Axis. Attitude Knowledge: 1 arcmin. Weight:
150 Kg. Data Requirements: 10 Gb/day. Power (peak): 160 Watts. Volume:
260,000 CC. Dimensions (cm): 62 x 62 x 62. (6) Miniature Imager of the
Ionosphere (MINII), Ready Date: March 00. Experiment Summary:
Demonstrate new sensor concept for imaging the earth's ionosphere from
low-earth orbit. Orbit Requirements: Inclination- any, Altitude-
Apogee: 800km, tolerance: +300km/-200km. Perigee: 800km, tolerance:
+300km/-200km. Pointing Direction: earth. Pointing Requirements: 3
Axis. Attitude Control: 0.1 degree roll. Attitude Knowledge: 1 arcmin
roll. Weight: >2 Kg. Data Requirements: 50 Mb/orbit. Power (peak):
>10 Watts. Volume: >3375 CC. Dimensions (cm): 15 x 15 x 15. (7)
Global Imaging Monitor of the Ozone Layer (GIMOL), Ready Date: October
99. Experiment Summary: Use stellar occultation to measure ozone and
other constituents of the stratosphere. Orbit Requirements:
Inclination- 51.5-98 degrees, Altitude- Apogee: 300km, tolerance: n/a.
Perigee: 300km, tolerance: n/a. Pointing Direction: earth. Pointing
Requirements: 3 Axis. Weight: 150 Kg. Data Requirements: TBD. Power
(peak): 50 Watts. Volume: TBD. Dimensions (cm): 100 x 70 x 55. (8)
Stellar Occultation and Limb Scattering Spectrometer (StOLSS), Ready
Date: April 99. Experiment Summary: Test a light, inexpensive sensor
for globally monitoring ozone, aerosols, thin clouds, atmospheric
density, temperature, and pressure in the stratosphere and upper
troposphere, both during the day and at night. Orbit Requirements:
Inclination- 60 degrees, tolerance: +30/-75 degrees, Altitude- Apogee:
800km, tolerance: +/-200km. Perigee: 800km, tolerance: +/-200km.
Pointing Direction: earth. Pointing Requirements: 3 Axis. Attitude
Control: 0.5 degrees. Attitude Knowledge: 40 arcsec. Weight: 25 Kg.
Data Requirements: 20 Mb/orbit. Power (peak): 50 Watts. Volume: 45,500
CC. Dimensions (cm): 2 units, 55 x 25 x 20 (1), 30 x 30 x 20 (1). (9)
Small On-Board Environmental Diagnostic System (SOBEDS), Ready Date:
December 98. Orbit Requirements: Inclination- 0 degrees, tolerance:
+90/-0 degrees, Altitude- Apogee: 36000km, tolerance: +/-12000km.
Perigee: 400km, tolerance: +1000/-0km. Pointing Direction: Spin Normal.
Pointing Requirements: Spin. Attitude Control: Not Critical. Attitude
Knowledge: Not Critical. Weight: 5 Kg. Data Requirements: TBD. Power
(peak): 5.6 Watts. OAP: 5.6 Watts. Volume: 6400 CC. Dimensions
(inches): 6 units, 11.4 x 5.8 x 3.6 (1), 4 x 4 x 1.5 (2), 7 x 4 x 2.75
(1), 2.2 x 1.7 x 1.2 (1), 4 x 4 x 4 (1). C. DELIVERABLE ITEMS: The
data deliverables proposed must adequately provide sufficient
information to identify the effectiveness of the offeror's operations.
The following items will be required to support each experiment
mission: (a) Status report, monthly in Contractor's format, (b)
On-Orbit Experiment Data, as required by the experimenter/PI. D.
PROPOSAL PREPARATION INSTRUCTIONS: (1) Technical proposal shall include
an Executive Summary, Program Description, Program Plan, Milestone
Chart and Statement of Work. The Statement of Work must detail the
technical approaches/tasks to be accomplished under the proposed effort
and suitable for contract incorporation. The Technical proposal shall
be limited to 50 pages (per experiment) 12 point font, doubled spaced,
single-sided, 8.5 by 11 inches pages. The page limitation includes all
information i.e., indices, photographs, foldouts, appendices,
attachments, resumes etc. Pages in excess of this limitation will not
be considered by the government. Unnecessarily elaborate brochures or
presentations beyond that sufficient to present a complete and
effective proposal are not desired. Offerors must mark their proposals
with the restrictive language stated in FAR 15.509(a). An offeror may
propose to one, all, or any combination of the subject experiments.
(2) Cost Proposal: Cost proposals should be prepared in accordance with
instructions under "PRDA" at the following TE web site,
http://www.te.plk.af.mil/contracts/news.htm. The cost information
considered to be other than cost or pricing data, requested therein, is
necessary for the government to perform a cost realism analysis. (3)
General: Submit Technical and Cost proposals in separate volumes.
Proposals shall be valid for a period of not less than 180 days.
Proposals must reference the above PRDA number, include a unique
proposal identification number, identify the individual experiments of
the proposal, and applicable SMC Division. Proposals shall be
submitted in an original and 2 copies with the original being clearly
marked in such a manner as to distinguish it from the copies. It is
anticipated that any resultant award(s) will be Firm-Fixed Price,
unclassified, commercial contract(s) IAW FAR Part 12 (if appropriate).
Foreign participation at the prime contractor level is authorized for
this requirement, however, Balance of Payments, Trade Agreements and
Buy American requirements may be applicable. The cost of preparing
proposals in response to this announcement is not an allowable direct
charge to any resultant contract or any other contract, but may be an
allowable expense to the normal bid and proposal indirect cost in FAR
31.205-18. Offerors are reminded to contact the technical point of
contact to verify interest in the effort to be proposed and funding
availability PRIOR to committing any resources to the preparation of
any proposal in response to this announcement. Discussions with any of
the points of contact shall not constitute a commitment by the
government to subsequently fund or award any proposed effort. Only
Contracting Officers are legally authorized to commit the government.
E. BASIS FOR AWARD: Proposals which comply with the requirements
identified in this announcement will be competitively evaluated in
accordance with AFMC FAR Supplement 5335.016-90. Specifically, any
proposal received will be evaluated and classified into one of the
following three categories: (1) Category I -Well conceived,
scientifically and technically sound proposals pertinent to program
goals and objectives, and offered by a responsible contractor with the
competent scientific and technical staff supporting resources needed
to ensure satisfactory program results. Proposals in Category I are
recommended for acceptance and normally are displaced only by other
Category I proposals. Proposals in this category are funded subject to
the availability of funds. (2) Category II -- Scientifically or
technically sound proposals requiring further development and are
recommended for acceptance but are at a lower priority than Category I.
Proposals in this category are not always funded. (3) Category III --
Proposals not technically sound or do not meet the agency needs and are
recommended for rejection for the particular announcement under
consideration. Technical proposals will be evaluated using the
following factors in descending order of importance based on scientific
peer review: (i) overall scientific and technical merit of the approach
proposed to support individual experiments, (ii) feasibility, (iii)
offerors capabilities, related experience, facilities, techniques, or
unique combinations of these which are integral factors for achieving
mission objectives. (iv) innovativeness of the proposed approach and/or
techniques. Cost proposals will be evaluated using the following
factors: completeness, reasonableness, and realism. Note: All cost
proposals shall be in U.S. currency. Cost and technical merit are
considered equally important. Terms and conditions will also be
evaluated. Contractual terms and conditions will be considered
significant factors and the proposal(s) which offer the best overall
value to the Government will be given priority for funding. No further
evaluation criteria will be used in selecting the proposals. Any
award(s) are subject to availability of funds. The Government reserves
the right to select for award any, all, part, or none of the proposals
received. F. ADDITIONAL INFORMATION: This PRDA will be posted on the
Contracting Bulletin Board,
http://www.te.plk.af.mil/contracts/news.htm. PRDA CONTRACT POINTS: An
Ombudsman has been appointed to hear significant concerns from offerors
or potential offerors during the proposal development phase of this
acquisition. Routine questions are not considered to be "significant
concern" and should be communicated directly to the Contracting
Officer, Odette Denman, (505) 846-9147. The purpose of the Ombudsman is
not to diminish the authority of the Contracting Officer or Program
Manager, but to communicate contractor concerns, issues, disagreements
and recommendations to the appropriate Government personnel. The
Ombudsman does not participate in the evaluation of the proposals or in
the source selection process. The SMC Ombudsman for this acquisition is
Mr Leslie L. Bordelon, SMC/AX, (310) 363-3818, 160 Skynet Street, Suite
2315, Los Angeles AFB CA 90245-4683. All responsible firms may submit
proposals which shall be considered. Respondents are asked to provide
their Commercial and Government Entity (CAGE) number with their
submission and reference PRDA 97-03. A (0234) Loren Data Corp. http://www.ld.com (SYN# 0015 19970826\A-0015.SOL)
A - Research and Development Index Page
|
|