Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 21, 2001 PSA #3003
SOLICITATIONS

A -- SPACEPORT SERVICES -- RESEARCH AND DEVELOPMENT

Notice Date
December 19, 2001
Contracting Office
Department of the Air Force, Air Force Space Command, SMC -- Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
ZIP Code
90245-4659
Solicitation Number
F04701-01-R-0201
Response Due
January 4, 2002
Point of Contact
JOHN SEAMON, PRIMARY POC, Phone (505) 846-4634, Fax null, Email john.seamon@kirtland.af.mil
Description
The Air Force Space and Missile Systems Center Test and Evaluation Directorate (SMC Det 12/RP), Rocket Systems Launch Program, Kirtland AFB, Albuquerque, NM, anticipates the release of a Request for Proposal (RFP) for award of one Indefinite Delivery / Indefinite Quantity (IDIQ) Contract to provide launch facilities and services, hereafter referred to as Spaceport Follow-on. The Spaceport Follow-on contract will provide commercial launch facilities and site capability for the Rocket Systems Launch Program Office (RSLP) in support of the Sounding Rockets Program and other vehicles yet to be determined. The Government intends to use commercial practices and launch site facilities for this effort. Bidders must be able to provide launch facilities and site capability to conduct launches in support of Alaska Command's Northern Edge Exercise, and various other mission scenarios that provide trajectories that exercise the Northern Edge sensors and/or West Coast and other Pacific Ocean based Radar sensor systems. The contractors must demonstrate, in their proposals, their ability to meet the following minimum requirements. (1) Provide a launch pad that is, or may be made accountable under START and/or INF Treaties, (2) Have vehicle build up and launch pad facilities to handle ordnance, up to 30,000 lbs. of class 1.1, (3) Communication infrastructures consisting of at least 20 pairs of single mode fiber optic lines, 20 pairs of 22 gauge copper wire and 5 communication nets between the launch control room and the launch pad, (4) Environmentally controlled building for buildup of the launch vehicle (5000 sq. ft. of floor space) and for the launch pad, (5) Capable of supporting a 45,000 lbs. vehicle (not including launch stool). =20 Responses to this synopsis must be received no later than January 4, 2002. Respondents not meeting the above requirements will not be considered. Contractors that meet the above requirements who have not supported a Government launch must submit written statement of capabilities (SOC) to this office. Contractors that have supported previous Government launch missions are not required to submit a SOC but should provide a point of contact and list of launch missions supported. The SOC shall contain pertinent and specific information addressing the following areas: (1) Experience: An outline of previous projects, specific work previously performed or being performed relevant to the requirements of this effort, (2) Facilities: A description and location of existing facilities and capabilities to be utilized to support the above requirements. Any SOC not addressing all the above requirements will be rejected for the purposes of making a set aside determination. The SOC must be submitted within 30 calendar days of this publication, and is limited to 25 pages excluding resumes. Submit only unclassified information. All responses shall include company size status under the North American Industry Classification System (NAICS) code identified below. Submit all responses to this synopsis to SMC Det-12/PKS, Attn: Major John Seamon, 3550 Aberdeen Ave. SE, Kirtland AFB, NM 87117-5776. The contract is anticipated to be a Firm Fixed Price IDIQ contract with a 5-year period of performance. Task orders may be issued at any time during the period of performance. Award of any resultant contract and initial order is anticipated by July 2002. Firms responding should indicate their business size and ownership status. The government reserves the right to set this acquisition, or portions thereof, aside for small business, historically black colleges or universities and minority institutions. For this proposed acquisition, the definitions in FAR 19.001 and small business size standard for NAICS33614, size standard 1,000 employees apply. Foreign owned firms are advised to contact the contracting officer or project manager before submitting a proposal to determine whether there are restrictions on receiving an award. This announcement is for information and planning purposes only. It does not constitute a RFP and is not to be construed as a commitment by the Government. Based upon market research, the Government does not intend to use the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. Potential offerors should communicate first with the Contracting Officer 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 the Space and Missile Systems Center (SMC) Acting Ombudsman, Mr. William Orzech at (310) 363-0886. For technical issues please contact SMC Det12/RPN, Capt Steven Lindemuth (505) 846-6322. For contracting issues please contact SMC Det 12/PKS, Major John Seamon at (505) 846-4634 (telefax (505) 846-6387). Note 25.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFSC/SMCSMSC/F04701-01-R-0201/listing.h tml)
Record
Loren Data Corp. 20011221/ASOL005.HTM (D-353 SN515688)

A - Research and Development Index  |  Issue Index |
Created on December 19, 2001 by Loren Data Corp. -- info@ld.com