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