Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1999 PSA#2339

SMC/TEBK, 3550 Aberdeen Avenue, SE, Bldg 415, Room 114, Kirkland Air Force Base, NM 87117-5773

R -- CBM ADVISORY AND ASSISTANCE SERVICES SOL F29601-99-R-0201 DUE 052599 POC Lt. Jason Lindgren, Contracts Manager, 505-853-3503; Mr. Jerry Vann, Contracting Officer, 505-846-4597 WEB: click here to accesse information on this procurement, www.te.plk.af.mil. E-MAIL: click here to contact a contracting POC, lindgrjc@comanche.plk.af.mil. 17. The government is contemplating an acquisition for systems engineering and technical assistance in support of the Rocket Systems Launch Program and all other program offices responsible for space launch system acquisition and Inter-Continental Ballistic Missile (ICBM) technology, development, testing, modification, refurbishment and reuse. This procurement will replace the existing Systems Engineering contract with TRW which expires in September 2000. The currently known program offices or systems to be supported are Launch Test Programs, Ballistic Missile Technology (BMT)/Advanced Missile Technology, Countermeasures Hands-On Project, Force Applications Mission area, Titan IV, Minuteman, and Peacekeeper. Locations currently requiring full time support are Kirtland AFB, Hill AFB, Los Angeles AFB, Peterson AFB, and Vandenberg AFB. The contract will include a conflict of interest clause covering access to other companies proprietary information and restricting performance and related activities as a prime contractor, first tier subcontractor or a consultant during the entire life cycle for all systems covered by the contract including the Minuteman and Peacekeeper programs. Responses submitted to this synopsis should contain information demonstrating the ability to meet the following technical requirements: 1) Ability to assist in review of contractor technical performance. Review contractor and other agency activities, in-plant practices and procedures, records, tests, and technical results to evaluate compliance with technical guidelines and requirements. Review and evaluate contractor plans, specifications, designs, analyses, drawings, test procedures, and reports; 2) Ability to perform analyses and trade studies to define mission requirements, support mission planning, and evaluate launch vehicle configurations. Conduct payload integration activities to ensure compatibility between the payload and launch vehicle including electrical interfaces, electromagnetic interference effects, mechanical/envelopeinterfaces, support equipment requirements, thermal effects, dynamic loads and structural margins, and payload environments. Perform trajectory, stability, control, mass properties, and post-boost deployment performance analyses, and perform bending analyses to support targeting and controls. Conduct break-up analyses and hazards to support Range Safety requirements. Aid in pre-flight qualification of on-board software via computer simulation. Support launch operations, post-flight analyses and mishap/anomaly investigations; 3) Support booster processing including inspection, nondestructive testing, and refurbishment activities to ensure Government assets are flight worthy. Develop facility, transportation, and handling equipment requirements for excess ballistic missile storage. Support the design, test, and checkout of new and modified equipment. Support environmental assessments, hazards analyses, and safety plans associated with the acquisition of additional storage facilities; 4) Perform systems engineering tasks necessary to develop, produce and deploy missile, missile basing, reentry, and launch vehicle systems and technology. Perform technology trade studies in the areas of Ballistic Missile Guidance and Missile Electronics, Reentry Vehicle Technologies, Ballistic Missile Propulsion and Missile Basing and Operations. Evaluate advanced system options on the basis of mission compatibility, performance potential, relative cost including reliability, maintainability, and producibility and technology maturity; and 5) Support long range planning in the Force Applications Mission Area. Recommend Air Force Research Laboratory (AFRL) Science and Technology investments which best meet the needs of the Force Applications mission area. Perform mission objective analyses with Air Force Space Command and other appropriate agencies to define user requirements and to integrate AFRL 6.2 and 6.3 technologies. Define time phased technology projects that can be integrated into planned programmed development projects and provide opportunities for technology insertion. Offerors are to note that specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Potential sources must submit a statement of capabilities (SOC) to this office. The SOC shall address the above requirements and contain pertinent and specific information addressing the following areas: 1) Experience: proposed policy for complying with organizational conflict of interest requirements and an outline of previous efforts, specific work previously performed and any in-house effort, relevant to the specific task areas of this effort; 2) Personnel: name, professional qualifications, and specific experience of scientific and engineering personnel who will be assigned to work in areas of the subject effort, and management personnel who might be assigned to work in areas of the subject effort; and 3) Facilities: a statement regarding industrial security clearance and facilities to support work at the TOP SECRET/Sensitive Compartmented Information level. The SOC must be submitted within 25 calendar days of this publication, and is limited to 25 pages, excluding resumes. All replies to this synopsis must reference this sources sought synopsis. Submit only unclassified information. All responses shall include company size status under the Standard Industrial Classification code identified below. Submit all responses to Mr. Jerry Vann. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, an 8(a) firm, a historically black college or university, a woman owned, or a minority institution. The government reserves the right to set this acquisition or portions thereof, aside for small businesses, socially and economically disadvantaged businesses, 8(a) firms, historically black college or universities, woman owned, or minority institutions. For this proposed acquisition, the definitions in FAR 19.001 and small business size standard for SIC 8711, Engineering Services for Military and Aerospace Equipment and Military Weapons, size standard $20.0M annual receipts apply. Foreign firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level. This announcement is for information and planning purposes only. It does not constitute an RFP and is not to be construed as a commitment by the Government. An Ombudsman has been appointed to hear concerns from potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels during the proposal development phase of this acquisition. Potential offerors should communicate first with the Contracting Officer, Mr. Jerry Vann, SMC/TEKB; 3550 Aberdeen Ave SE, Bldg 415, Rm 212; Kirtland AFB, NM 87116-5776, (505)846-4597, FAX (505)846-6387, to request information, pose questions, and voice concerns before contacting the Ombudsman. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact Mr. Leslie Bordelon, (310)363-3818. For contracting issues, please contact Mr. Jerry Vann at the number above or Lt. Jason Lindgren, Contract Manager, (505)853-3503, e-mail lindgrjc@comanche.plk.af.mil. Information on this procurement can be accessed on the World Wide Web on the Electronic Posting System at www.eps.gov, and at www.te.plk.af.mil under Procurements. Note 26 applies to this acquisition. Posted 05/03/99 (W-SN327093). (0123)

Loren Data Corp. http://www.ld.com (SYN# 0085 19990505\R-0013.SOL)


R - Professional, Administrative and Management Support Services Index Page