Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2004 FBO #1026
SOURCES SOUGHT

A -- Advanced Technology Atomic Frequency Standards (ATAFS)

Notice Date
9/15/2004
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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
Reference-Number-76
 
Response Due
10/5/2004
 
Archive Date
10/20/2004
 
Description
The GPS Joint Program Office Space Missile Center (SMC/GP) intends to advance clock technology to support the development of military satellites. The objective is twofold: to both provide an initial industrial base to support further development and procurement, and to develop space-qualified Advanced Technology Atomic Frequency Standards (ATAFS) suitable for use on future military satellites. Funding of multiple contractors is anticipated, depending on the merits of the contractor proposals and the availability of funding. The scope of the development is to design and validate a proof-of-technology that will satisfy all of the requirements of the GPS JPO/SMC ATAFS Critical Requirements Document (CRD). The development program consists of activities required to design, build, and test Engineering Development Models (EDM) for space application (including ruggedness against the vibration environment and thermal behavior in a vacuum). The EDM shall be designed for radiation hardness, but does not need to include flight parts. The development program does NOT include the redesign required to customize the ATAFS to the final Space Vehicle (SV) requirements, the build of Flight Development Models (FDM), the qualification tests of the FDM's, the final integration of the ATAFS into the SV, or the purchase of the production flight ATAFS. SYSTEM OVERVIEW: The ATAFS provides a precise and stable sinusoidal frequency in a vacuum for the SV. The frequency stability and other performance are expected to be superior to that seen in the GPS Block IIF Atomic Frequency Standards(AFS). Advances are expected in integrity of the output signal compared to the previously existing space clocks. CONTRACT OBJECTIVES: To assist respondents in understanding the potential scope of this effort the following tentative contract objectives are provided as reference: (a) Develop and deliver ATAFS EDM's in accordance with the performance and design/program specifications as defined in the "GPS JPO/SMC ATAFS Critical Requirements Document (CRD)" and the "ATAFS, Statement of Objectives". Completion within 36 months after award of contract for two verified EDM's to be used for life testing and one tested validation unit (with a validation test report). The anticipated period of performance is April 2005?March 2008. (b) Recommend modifications to the CRD. (c) Support the generation or update of ATAFS and related documents as directed. (d) Establish a strong, near real-time dialog and feedback structure with SMC/GPE to provide government insight, achieve quick issue resolution, and respond to government direction. Prospective contractors should submit a statement of capabilities in writing no later than 05 October 2004 with documented evidence of their capability to meet all technical contractual requirements. The purpose of this announcement is to help the government identify interested potential offerors, or teams, capable of achieving the program objectives within acceptable risks and costs. Respondents are required to submit a current statement of capability. The capability package should provide a synopsis of relevant capabilities and past experience with the following information: 1) Company name, mailing address, points of contact, job titles, telephone numbers and email addresses, 2) Business size classification, Large, Small, or Other, 3) Experience in space AFS technologies (including prior successes in achieving development and production of space qualified AFS's; the response must emphasize the proven ability to meet the above scope and schedule), and 4) The facilities to work at the appropriate security level. Interested offerors must submit Statements of Capabilities (SOC) that clearly show that they are qualified to perform this effort. Responses should also indicate the source's intent to be either a prime contractor, subcontractor, or interest in using license to become a developer and supplier. All responses are to be unclassified and should not exceed five (5) one sided pages. Respondents interested in being a subcontractor should not exceed two (2) one sided pages and should briefly identify relevant experience and expertise. Respondents interested in using data rights or licensing agreements should not exceed two (2) one sided pages and should identify their capability to use the license to become a developer and any major questions or issues regarding licensing they may have. Responses must be submitted by email in electronic form in MS Word 98 or higher format or PDF format to victor.deal@losangeles.af.mil with a follow-up signature hard copy of the submission to SMC/GPK, Attn: Carol Laechelt, 2420 Vela Way, Suite 1866, El Segundo, CA 90245-4659. All responses must conform to 8.5 x 11 inch pages, with font no smaller than 12 point. If respondents wish to include proprietary data, they must adhere to DFAR 227.7103-10 Contractor Identification and Marking of Technical Data to be Furnished with Restrictive Markings. This synopsis is for planning purposes only; any information submitted by respondents to this synopsis is strictly voluntary. Additional questions to the Government may be included under separate cover; the government reserves the right to not respond to all questions but will make an effort to respond to questions. All questions will be considered in future program planning efforts. This synopsis does not constitute a Request for Proposal (RFP) or an Invitation for Bids (IFB), nor does its issuance restrict the government as to its ultimate acquisition approach. The government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request. In addition, the government is interested in receiving industry views regarding the ongoing government acquisition planning efforts. The government intends to post draft and planning documents in the GPS Bidders Library as they become available to allow industry to view and make comments. Parties need to register with the GPS Bidder's Library, to obtain access. Please submit a letter listing all of the individuals requiring access, and justification for access, and all contact information inclusive of email address. Please submit requests to Lt Jason Bolger, Program Manager, Advanced Technology Planning, at 2420 Vela Way, Suite 1866, El Segundo, CA, 90245, Phone: 310-363-2937, Fax: 310-363-6487; email: Jason.Bolger@losangeles.af.mil
 
Record
SN00674039-W 20040917/040915212319 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.