COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,2000 PSA#2658 Department of the Air Force, Air Force Materiel Command, SMC -- Space
& Missiles System Center, 2420 Vela Way, Suite 2420, El Segundo, CA,
90245-4659 18 -- SOUNDING ROCKET PROGRAM (SRP-2) SOL F04701-00-R-0202 DUE 092200
POC JOHN SEAMON, PRIMARY POC, Phone 505-846-4634, Email
john.seamon@comanche.plk.af.mil -- Jason Lindgren, Contracts Manager,
Phone (505) 853-3503, Email lindgrjc@comanche.plk.af.mil WEB: Visit
this URL for the latest information about this,
http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=F04701-00-R-0202&LocID=901. E-MAIL: JOHN SEAMON, john.seamon@comanche.plk.af.mil.
The following changes are made to the previous CBD announcement,
published 28 Jun 00, for the RSLP sounding rockets solicitation: The
solicitation will be released on or about 11 Aug 2000. Past Performance
Volumes will be due on 08 Sep 2000, with the remainder of the proposal
due on 22 Sep 2000. Any changes to this schedule will be updated on
the SRP-2 Website located at
http://www.te.plk.af.mil/Contracts/bigcntrct.html. Also, the Ombudsman
for this source selection is changed to: Mr William E. Orzech, 2420
Vela Way, Suite 1467, Los Angeles AFB, El Segundo, CA 90245-4659.
Ombudsman phone number : (310) 363- 0588. Questions pertaining to this
announcement may be directed to John Seamon, SMC/TEKB at (505)
846-4634, email john.seamon@comanche.plk.af.mil, (telefax (505)
846-6387). The Rocket Systems Launch Program (RSLP), Kirtland AFB,
Albuquerque, NM, is contemplating multiple awards of seven-year Task
Order contracts to provide RSLP with sounding rocket flight test
services. This program will provide enhanced capability and flexibility
in the development of RSLP sounding rocket launch vehicles and launch
services with the use of Government Furnished Equipment (GFE) or
commercial boosters to meet a wide variety of mission requirements. The
contractor will be required to integrate Minuteman or other booster
stages with the GFE payload to include; development of guidance and
control systems, targeting launch vehicle, development of flight
termination systems and resolution of range safety issues, provide
launch services, and perform post-launch analysis. The contractor will
develop, procure, and build flight-test hardware, and integrate and
launch vehicles from any of the national test ranges. The contract
period of performance will be for seven years and will require
flexibility in responding to unique technical requirements, vehicle
quantity, and schedule changes. Dependent on the mission, the
government may provide the following GFE: boosters, payload,
facilities, launch vehicle transportation, and selectedground handling,
launch, and support equipment. The Government is requesting interested
firms to submit a Statement of Capability (SOC) expressing their
desire and ability to meet the SRP objectives. Potential sources must
submit a written statement of capabilities (SOC) to this office. The
Statements of Capability SOC shall contain pertinent and specific
information addressing these areas: (1) Experience: an outline of
previous projects, specific work previously performed or being
performed and any in-house, research and development effort, relevant
to the specific task areas of this effort, (2) Personnel: name,
professional qualifications and specific experience of scientific,
engineering and program management personnel who might be assigned to
work in areas of the subject effort, and (3) Facilities: availability
and description of special facilities required to perform in the
technical areas under consideration, and a statement regarding
industrial security clearance and storage facilities to support work at
the SECRET level. The responses provided in the three areas above
should contain information demonstrating ability to meet the following
technical requirements: (1) Ability to design a variety of launch
vehicles using GFE and commercial boosters meeting all technical,
mission, and safety requirements. This includes ability to (a) design
launch vehicles based on a range of motors; (b) incorporate different
national test range ground and flight safety requirements into the
design of the launch vehicle systems; (c) integrate a payload designed
and provided by an independent payload contractor to the launch
vehicle to provide a complete sounding rocket booster system; (d)
design, develop, and test necessary modifications to the booster motor,
to include guidance and control hardware and software, and attitude
control systems capable of performing post-boost maneuvers. (2) Ability
to perform a range of mission planning, targeting, and data analysis
efforts. This includes ability to (a) target a variety of different
launch vehicles; (b) coordinate mission parameters with outside
agencies by providing trajectory data and vehicle characterization; (c)
perform post-mission analysis of booster telemetry and sensor data; (3)
Ability to fabricate and test necessary components and provide required
modifications to the boosters. This includes the ability to (a)
manufacture and test attitude control hardware capable of performing
required post-boost maneuvers; (b) fabricate, modify, integrate, and
test guidance and control systems; (c) provide facilities, tooling,
support and test equipment for both hardware and software, which the
contractor will maintain and utilize for testing, manufacturing,
integration and analysis; (d) test hardware for vibration, shock,
humidity and temperature for both individual components and integrated
systems; (e) provide facilities to safely test individual components
and integrated systems; (f) safely transport hardware, including rocket
motors and pyrotechnic devices; (g) obtain access to a manufacturing
and testing facility with facility clearance at the SECRET/ NOFORN
level. (4) Ability to plan and perform flight test operations from any
government or commercially owned launch range (Kwajalein Missile
Range, Western Test Range, Eastern Test Range, Wallops Island, White
Sands Missile Range, Kodiak Spaceport, Pacific Missile Range Facility,
etc.). This includes: (a) planning launches from the range in
accordance with relevant ground and flight safety requirements and
mission requirements; (b) integrating and servicing boosters and
payload using existing storage, missile assembly and integration and
operations facilities. (5) Ability to provide program management
activities, integrating systems engineering and other activities. This
includes: (a) experience interfacing with several independent payload
contractors, government agencies, and range safety offices; (b)
capability of efficiently integrating systems engineering disciplines
such as configuration management, reliability, quality assurance,
safety, manufacturing, etc; (c) facilities and procedures for hosting
SECRET / NOFORN meetings. Any response not addressing all the above
requirements will be rejected. The SOC must be submitted by 15 Jan 00
and is limited to 25 pages excluding resumes. All replies to this
synopsis must reference RFP Number F04701-00-R-0202. Submit only
unclassified information. All responses shall include company size
status under the Standard Industrial Classification (SIC) code
identified below. Submit all responses to this synopsis to SMC/TEKB,
Attn: Capt Jason Lindgren, 3550 Aberdeen Ave SE, Bldg 415, Rm 212,
Kirtland AFB, NM 87117-5776. If you are interested only in
subcontracting possibilities, please indicate this clearly in your
submission. Initial award of any resultant contract is anticipated by
November 2000. 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 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
colleges or universities, and minority institutions. For this proposed
acquisition, the definitions in FAR 19.001 and small business size
standard for SIC 3761, size standard 1000 employees apply. Foreign
firms are advised that they will not be allowed to participate in this
acquisition at the prime contractor level. The research and test data
produced under a resultant contract may contain Military Critical
Technology List (MCTL) information whose export is restricted by the
Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export
Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et
seq.). Only those companies who are on the Qualified Contractors Access
List (QCAL) may receive such information. Request certification and
registration from the Defense Logistics Service Center (DLSC), Federal
Center, 74 North Washington, Battle Creek, MI 49016-3412 as soon as
possible. 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. Questions pertaining to this announcement
shall be directed to Captain Jason Lindgren, SMC/TEKB at (505)
853-3503, email jason.lindgren@comanche.plk.af.mil, (telefax (505)
846-6387). Note 26 applies to this acquisition. Posted 08/03/00
(D-SN481928). (0216) Loren Data Corp. http://www.ld.com (SYN# 0265 20000807\18-0001.SOL)
| 18 - Space Vehicles Index
|
Issue Index |
Created on August 3, 2000 by Loren Data Corp. --
info@ld.com
|
|
|