|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18,1997 PSA#1933Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue
SE, Kirtland AFB, NM 87117-5773 L -- DOD SHUTTLE/ISS PAYLOAD SUPPORT CONTRACT (DPSC) SOL
F29601-97-R0023 DUE 101697 POC Capt. G. Lance Teel, 505-846-8502 or
Contracting Officer, Odette Denman, 505-846-9147, for all technical
issues contact Capt. Gus Hernandez, 281-483-3425, Technical Program
Manager WEB: DPSC information can be accessed here as it becomes
available., http://www.te.plk.af.mil. E-MAIL: Click here to contact the
buyer via e-mail, teelgl@plk.af.mil. 17. Research and Development
sources sought. The Space and Missile Systems Center seeks sources that
are qualified to provide operational engineering support for the
Department of Defense (DoD) Space Test Program (STP) Shuttle/ISS
Payload Support Contract (DPSC). Contract support is necessary for the
successful conduct, planning, integration and operation of experiment
payloads on the National Aeronautics and Space Administration's (NASA)
Space Shuttle and International Space Station (ISS). Included will be:
the integration and operation of designated DoD payload experiments
into the Space Shuttle and ISS missions; payload element processing and
testing; safety and requirements verification and validation;
engineering analysis; DoD Payload Operations Control Center (POCC)
maintenance; logistics support of payload elements and ground support
equipment maintenance of the DoD document library and vault, and
performing configuration management functions for documents and
equipment. The Air Force anticipates making one award, a one-year basic
with four one-year options. The resultant contract is anticipated to be
unclassified; however, handling of SECRET material may be required. A
SECRET facility clearance will be required prior to contract award.
This acquisition is being considered for 8(a) competitive set-aside.
The SIC Code for the purpose of this acquisition is 8731 with a size
standard of 1000 employees. Proof of 8(a) eligibility and a statement
of capability indicating ability to perform the below mentioned
criteria should be submitted within 30 days of publication. In the
event that two or more acceptable 8(a) responses are not received, the
Government reserves the right to set aside this requirement for small
businesses. Small Businesses should submit a letter of interest within
30 days of publication including a point of contact, address and phone
number and indicating a willingness to submit a Statement of
Capability, if requested. Firms should indicate whether they are, or
are not, a small business, a women-owned business, an 8(a) firm, or a
Historically Black College and University or Minority Institution.
Foreign owned firms are advised they will not be allowed to participate
as the prime contractor. If your interest is in subcontracting
possibilities, please indicate this clearly in your submission. An
organizational conflict of interest clause is anticipated in any
resultant contract. 8(a) concerns shall provide an original and three
copies of a statement of capabilities (SOC) to assist the Air Force in
making a set-aside decision. SOC should address knowledge, capability,
and experience in the following specific areas: Space Shuttle,
International Space Station; NASA integration process for middeck
experiments and cargo bay payloads; Satellite flight design and
analysis (to include Shuttle/ISS/small satellites etc.); NASA safety
process and requirements for Shuttle/ISS payloads; Ability to acquire
and fabricate Shuttle/ISS qualified equipment or parts; Management
Information Systems and flight analysis tools; Configuration management
processes; Facilities available to store and process flight hardware
and the ability to handle classified (SECRET) material; and successful
management of similar programs up to a period of five years. To
prepare its proposal and perform services under the contract, the
contractor will require access to Militarily Critical Technical Data
whose export is restricted by U.S. export control laws and regulations.
Only offerors who submit an approved DD Form 2345, Militarily Critical
Technical Data Agreement, to the contracting officer will receive a
copy of the solicitation. Contact the Defense Logistics Services Center
(DLSC), Federal Center, 74 North Washington, Battle Creek MI
49016-4312, (1-800-352-3572) for further information on the
certification and approval process. All respondents desiring a copy of
the future solicitation must provide a point of contact, complete
mailing address, telephone and fax number, and E-mail address. The
capability statement shall be limited to 15 pages, single-spaced,
12-point font, Times New Roman, excluding resumes, and mailed to
SMC/TEKL, ATTN: Capt G. Lance Teel, 3550 Aberdeen Ave. SE, Bldg 413,
Room 115, Kirtland AFB, NM 87117-5776. In addition, we anticipate
establishing a SMC/TE web page for the DPSC program at http://
www.te.plk.af.mil for all future DPSC acquisition information. This is
not a request for proposal (RFP) and is not construed as a commitment
by the Government to issue a solicitation or ultimately award a
contract. Any costs incurred as a result of this announcement shall be
borne by the firm and will not be charged to the Government for
reimbursement. 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 of "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. Offerors are requested to reference Notes 13 and 26.
(0258) Loren Data Corp. http://www.ld.com (SYN# 0051 19970918\L-0007.SOL)
L - Technical Representative Services Index Page
|
|