MODIFICATION
A -- Rocket Systems Launch Program (RSLP) Motor Aging Surveillance Test, Refurbishment, and Disposal
- Notice Date
- 4/3/2018
- Notice Type
- Modification/Amendment
- NAICS
- 336415
— Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- FA8818-16-C-0021
- Archive Date
- 5/3/2018
- Point of Contact
- Lucia A Corral, Phone: 505-853-5873, Julia Lagacce, Phone: 505-846-9438
- E-Mail Address
-
lucia.corral@us.af.mil, julia.lagace@us.af.mil
(lucia.corral@us.af.mil, julia.lagace@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ***Update 3 APR 2018*** The Air Force Space and Missile Systems Center, Launch Systems Enterprise, Experimental Launch and Test Division (SMC/LEX), Rocket Systems Launch Program (RSLP), Kirtland AFB, NM, performs motor disposal on the current Aging Surveillance (AS) contract per the Air Force Comprehensive Assessment of Nuclear Sustainment (AFCANS) II, dated 30 April 2009, which authorizes and provides funding for d emilitarization and disposal of excess and unusable MM and PK solid rocket motors and components. RSLP is modifying this posting in order to determine if the capability to demilitarize and dispose of excess and unusable MM and PK solid rocket motors and components has been developed since the initial market research performed in 2016. Additional market research was performed in December 2017. Please refer to the Pre-solicitation Notice posted on 7 December 2017, Solicitation # FA8818-18-R-0001 for details. Potential offerors must submit a written Statement of Capability (SOC) addressing their method of demilitarization and disposal of excess and unusable MM and PK solid rocket motors and components that does not simply rephrase Government requirements, but rather provides convincing rationale for how the Offeror will support the following requirements: A. P erform RSLP or like motor disposal, including method of disposal and quantity per year. Table 1 shown below identifies the notional type and number of motors to be disposed of. This requirement also includes safe storage of rocket motors and components, as required, supporting AS systems prior to conducting disposal activities. Table 1: Notional Types and Number of Motors for Disposal Type of Motor Number of Motor M55 102 SR-19 37 M57 44 SR73 5 SR118 4 SR119 7 SR120 3 B. Perform environmental compliance activities in accordance with New START (Strategic Arms Reduction Treaty) requirements, federal, state, and local laws, regulations and specifications as required, supporting RSLP Aging Surveillance and disposal. C. Identify state of the art laboratories, storage and disposal facilities capable of conducting motor disposal activities and describe the methods used for component removal, cutting titanium and Kevlar motor casing, conducting washout and/or burning of motors or propellant, reclamation of any constituent materials including metals and propellant chemicals such as Ammonium Perchlorate (AP), and transportation of motors from storage locations to the disposal facility. Reclamation of any constituent materials, including, but not limited to, metals, AP and other propellant chemicals, is not presently a Government requirement. However, the Government is interested in knowing whether a contractor currently possesses the capability to reclaim and disposition any valuable constituent materials as part of the motor disposal process, as such reclamation and disposition processes may both lower the cost of motor disposal and present advantages to the environment. D. Provide names, professional qualifications, and specific experience of key management, scientific, and engineering personnel that are certified on equipment used to perform component removal, cutting titanium and Kevlar motor casing, conducting washout and burning of motors, reclamation of constituent materials including metals and propellant chemicals such as AP and safe transportation of condemned motors from Government-owned storage locations to the contractor's facility for final storage and disposal. SOC Guidelines: Interested parties that meet all of the requirements contained in the description of work above are requested to submit a full and comprehensive Statement of Capabilities (SOC) that clearly addresses the following areas to be considered by the RSLP. -Provide rationale addressing each of the technical requirements in the description of work above. - Provide an outline of previous efforts, specific work previously peformed, and any in-house effort relevant to each of the specific technical requirements identified in the description of work above. Submit only unclassified and non-proprietary information if possible. If proprietary information is deemed essential it should be clearly marked with associated restrictions on Government use identified. While the Government intends to procure Contractor services to support the RSLP, potential Offerors are reminded that all information provided in response to this Pre-Award RFI is strictly voluntary, and the Government will not reimburse sources in any way for responses provided. Likewise, a company's participation in market research, via this RFI, does not obligate the Government to enter into any contractual agreement, either formally or informally, with a company. The Federal Business Opportunities, www.fbo.gov, will be the primary source to obtain information for this acquisition. All responses shall include company size status under the North American Industry Classification System (NAICS) code 336415. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, an 8(a) firm, a woman owned business, 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, a woman owned business, historically black colleges or universities or minority institutions. For this proposed acquisition, the definitions in FAR 19.001 and small business size standards for NAICS 336415 size standard of 1,250 employees applies. Non-US firms are advised that they will not be allowed to participate in this acquisition. Submit all inquiries and responses to Lucia Corral at lucia.corral@us.af.mil and to Julia Lagace at julia.lagace@us.af.mil. SB Coordination 18-060 _________________________________________________________________________ This announcement is for information and planning purposes only. It does not constitute a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or award a contract. The Government will not pay any costs associated with the submittal of information solicited herein. All interested parties may submit a Statement of Capabilities (SOC) which shall be considered by the agency. The SOC and all related communications that contain proprietary information should be marked as such. Only written responses will be accepted. The Government intends to procure Contractor services to support the Air Force Space and Missile Systems Center (SMC), Launch Systems Enterprise Directorate (LE), Rocket Systems Launch Program (RSLP), Kirtland AFB, Albuquerque, NM. SOC responses are sought from potential offerors that meet any single capability or all the requirements contained in the description of work listed below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-16-C-0021/listing.html)
- Place of Performance
- Address: At contractor facility, United States
- Record
- SN04875661-W 20180405/180403231122-6306b7f1d4fa051abc6ba521b7d1fe6e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |