Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18,1997 PSA#1933

Phillips 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