Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2018 FBO #6127
SPECIAL NOTICE

R -- RSLP MISSION ASSURANCE (MA) INDUSTRY DAY

Notice Date
8/31/2018
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
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
FA8818-18-R-0003
 
Archive Date
9/28/2018
 
Point of Contact
Alicia L. Cawley, Phone: 5058463640, Julia Lagace, Phone: (505) 846-9438
 
E-Mail Address
alicia.cawley@us.af.mil, julia.lagace@us.af.mil
(alicia.cawley@us.af.mil, julia.lagace@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
ROCKET SYSTEMS LAUNCH PROGRAM MISSION ASSURANCE (RSLP MA) INDUSTRY DAY The Air Force Space and Missile Systems Center, Launch Systems Enterprise, Small Launch and Targets Division (SMC/LEX), Rocket Systems Launch Program (RSLP), Kirtland AFB, NM, intends to hold an Industry Day regarding the intention to contract for mission assurance (MA) services, referred to as the RSLP MA contract. The RSLP MA contract will procure MA support for Peacekeeper (PK)/Minuteman (MM) based launch vehicles, and commercial liquid engines and solid motor based rocket systems using Government certified and Federal Aviation Administration licensed launches. The objective of the MA process is to identify and mitigate design, production, and test deficiencies that could impact mission success for orbital and suborbital launch services. MA is defined as an integrated engineering-level assessment of analysis, production, verification, validation, operation, maintenance, and problem resolution process performed over the lifecycle of a launch system, from mission conception to space vehicle separation in the required orbit, including collision avoidance and de-orbit maneuver(s), as required. This contract will consist of mission assurance activities in support of RSLP operations, including, but not limited to: • Providing an independent spaceflight worthiness assessment of Launch Service Contractor (LSC) analyses and concept of operations for vehicle ignition, lift-off, staging, control bending modes, linear stability, thrust vector control, maximum predicted environments, telemetry coverage, motor handling, storage, and fueling (for liquid fuels). • Conducting flight software independent verification and validation (IV&V), to include verification of primary flight software autopilot, guidance, and flight sequencer. The Government will provide the LSC's source code, executable code, and flight computer copy or contractual access to the LSC's integrated test facility for this verification. • Developing comprehensive plans for RSLP PK and MM motors and non-ordnance components for Aging Surveillance activities required to maintain a technical data foundation and sufficient to support refurbishment of Government Furnished Property XBM motors to flightworthy status. Plans shall be developed separately for each XBM type and shall reflect changes to the scheduled testing for out years based on the results of the previous calendar year's testing. The plan(s) shall identify Government activities and contract actions required for implementation. • Creating XBM motor handbooks for LSC use in the design of launch systems, and providing updates when motor performance estimates indicate a significant change in operating characteristics or performance. The Government is hosting an Industry Day to collaborate and discuss program requirements and the proposed acquisition strategy. Participation for this event will be limited to four representatives per firm. Due to space constraints, participation for the general Industry Day session may be further limited based on the number or RSVPs the Government receives. Per the facility's security policy, attendees must bring their passports to gain entry to Industry Day. The Industry Day will be held on 18-19 September at the following location. If unable to travel, Contractors are encouraged to dial in to the teleconference number which can be requested by emailing Julia Lagace at julia.lagace@us.af.mil. The Aerospace Corporation City Place Office Building 2155 Louisiana Blvd NE #5000 Albuquerque, NM 87198 All parties, regardless of business size, are invited to attend. However, foreign firms are advised that they will not be allowed to participate in this acquisition. The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by Export Control Act (Title 22, U.S.C. 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. Tentatively, the day 1 agenda will begin with a general overview of the RSLP organization, the MA acquisition, and a Question and Answer (Q&A) session. Following the Q&A, one-on-one breakout sessions (approx. 30-45 minutes) requested by firms will begin. The objective of these meetings are to address specific contractor capabilities and/or additional items of interest. Day 2 will finish up the remaining one-on-one sessions. Once the participants and breakout sessions are scheduled, a more established agenda will be sent out. In preparation for Industry Day, Contractors are requested to provide the below information by Thursday, 13 September. 1. Provide a record of previous MA and IV&V efforts 2. RSVP via email to the email addresses listed below no later than (NLT) Thursday, 13 September and include the following information: (1) Company Name and Commercial and Government Entity (CAGE) code; (2) Name, nationality, security clearance, and title of all attendees; (3) Industry Day POC email and phone number; (4) One-on-one session requests. 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-Solicitation 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. The information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any costs associated with travel arrangements or submission of information in response to this notice. North American Industry Classification System (NAICS) 541715, size standard 1,250 employees applies for this proposed acquisition. Submit all inquiries and responses to Alicia Cawley at alicia.cawley@us.af.mil and Julia Lagace at julia.lagace@us.af.mil. SB Coordination 18-109.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-18-R-0003/listing.html)
 
Place of Performance
Address: Contractor's Facility, Kirtland AFB, Hill AFB, and various launch ranges, United States
 
Record
SN05066896-W 20180902/180831231051-2626cf1505ec4c7d460f640ccf7df475 (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 |
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.