Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 7,1997 PSA#1946

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

A -- ADDITIONAL FLIGHTS FOR HIGH ALTITUDE BALLOON EXPERIMENT (HABE) SOL F29601-98-R-0004 DUE 102897 POC Tammie L. Johnson, Contracting Officer, (505)846-6923; Rosemary Sharpe, Contract Specialist (505) 853-3319 Sources Sought Synopsis. This announcement is a Research and Development Sources Sought Synopsis for procurement of operational engineering and data analysis support for two additional flights of the High-Altitude Balloon Experiment (HABE) Payload. It does not constitute a Request for Proposal (RFP) or Invitation for Bid (IFB). The High-Altitude Balloon Experiment is a technology demonstration of an Acquisition, Tracking, Pointing, and Laser Fire Control system from a near-space balloon platform. The proposed contract will encompass HABE payload refurbishment, repair, and upgrade from previous balloon flights, HABE payload flight operations, data analysis and reporting, and assist in HABE payload disposal as directed by the Government. The expected duration of the proposed contract is fourteen (14) months beginning in the first quarter of Fiscal Year 1999 and ending at the completion of the second flight data analysis and final report. The government expects to award a single cost plus award fee (CPAF)contract for approximately $5M. The level of classification for this effort is unclassified. The desired contractor will have experienced acquisition, tracking, and pointing engineers, laser engineers, controls engineers, electrical engineers, mechanical engineers, and software and simulation engineers with the capability to work using the C computer language in a Unix software development environment and in a Matlab simulation environment, as well as personnel experienced in balloon launch and recovery operations. For HABE payload refurbishment, repair, and upgrade, the contractor will be expected to prepare test plans and procedures, troubleshoot, repair, align, check out, and perform any other work necessary to repair and upgrade the HABE payload, verify the operational status of the HABE payload, and analyze and report on the results of the refurbishment and repair activity, including a detailed analysis of any failures encountered. For HABE payload flight operations, the contractor, in coordination withthe Government, will be expected to prepare checklists and procedures, execute flight rehearsals, prepare the HABE payload and mobile payload operations center for deployment, assist in HABE pre-launch checklist execution and launch, operate the HABE payload during the two HABE missions, and prepare the HABE payload and mobile payload operations center for return to Kirtland AFB NM. For data analysis and reporting, the contractor will be expected to completely analyze the collected data for the HABE mission, draw conclusions from the data, report on the data in a formal deliverable report. For HABE payload disposal assistance, the contractor will be expected to dismantle, catalogue, ship, and otherwise dispose of the components of the HABE payload and mobile payload operations center as directed by the Government, and document the disposition of each component. All businesses interested should provide a Statement of Capability (SOC) with an original and three (3) copies, within 20 days of the publication of this announcement. Responses should be sent to PL/PKSB, ATTN: Rosemary Sharpe, Contract Specialist, 3550 Aberdeen Ave. SE (Bldg 592), Kirtland AFB, NM 87117-5776. The Statement of Capability shall contain pertinent and specific information addressing experience, personnel qualifications, and current capability of proposed team relevant to this effort, in the following areas: 1) HABE Payload refurbishment, repair, and upgrade, 2) HABE Payload Flight Operations, 3) Data Analysis and Reporting, and 4) HABE Payload disposal assistance. The Statement of Capability shall be limited to 10-15 pages, excluding resumes. Please do not send brochures, marketing information, etc. All of the above areas must be addressed to include any plans for subcontracting, teaming, etc. Only unclassified information should be submitted for consideration. All firms submitting responses must reference the HABE Program and indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, an 8(a)firm, a woman-owned business, a historically black college or university or a minority institution. The government reserves the right to set aside this requirement for the 8(a) Program, Small Business, or Historically Black Colleges and Universities or Minority Institutions. Interested contractors must indicate their size qualifications under Standard Industrial Classification (SIC) 8731, with a small business size standard of 1,000 employees. Foreign firms are advised they will not be allowed to participate as the prime contractor. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates 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 from the contracting officer, they are invited to contact the PL Ombudsman Mr. Bruce Grunsten, Phillips Lab, Directorate of Contracting, Mission Support Division at (505)846-8273, or at 2251 Maxwell Ave SE (Bldg 424), Kirtland AFB NM, 87117-5773. When requested, the Ombudsman shall 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. Rosemary Sharpe, Contract Specialist, at (505)853-3319. See Numbered Note 26.***** (0276)

Loren Data Corp. http://www.ld.com (SYN# 0012 19971007\A-0012.SOL)


A - Research and Development Index Page