|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29,1997 PSA#1771SMC/TEKB, 3550 Aberdden Avenue SE Kirtland AFB NM 87117-5776 A -- A-ENGINEERING AND LABORATORY TEST SUPPORT FOR THE ROCKET SYSTEM
LAUNCH PROGRAM (RSLP) FOR MINUTEMAN I/II STAGE III ROCKET MOTOR D
RELATED COMPONENTS SOL F29601-97-R-0007 POC Capt Ralph Oliva, Contract
Manager, 505-846-8522. The Air Force Space and Missile Systems Center
(SMC/TEB), Launch Test Programs, Kirtland AFB, Albuquerque, NM,
anticipates the release of a Request for Proposals (RFP) for award of
one contract with possible future options to support the Rocket Systems
Launch Program (RSLP) former Minuteman I/II (MMI/II) Stage III (M57)
Aging Surveillance Service Life Extension Program and associated
engineering services. The resultant contract may contain an
organizational conflict of interest clause and an associate contractor
clause. The Aging Surveillance Service Life Extension Program will
allow the RSLP to utilize the former MM rocket motors in a variety of
applications well into the next century. The bidders must have
significant expertise in MM solid propellant systems and government
contracting. The contractors must demonstrate, in their proposals,
significant expertise in the following areas and provide data
substantiating each of the requirement areas can be met. Minimum
requirements are as follows: (1) A thorough knowledge of the MMI/II
Stage III propulsion system, including solid propellant, igniter,
nozzles, thrust termination and thrust vector control systems. (2)
Extensive experience with handling, machining and testing MMI/II solid
propellants. (3) Mil-Std level testing and data reporting
requirements. (4) Demonstrated ability to work with the AF in an
integrated team approach. (5) A core team of experienced, trained, and
certified MM technicians and engineers. (6) Ability and facilities to
dissect the former MMI/II Stage III solid rocket motor and components.
(7) State of the art laboratories and test facilities capable of
conducting chemical analysis, mechanical properties testing, explosive
hazards testing, x-raying and non destructive testing in environments
simulating operating and non-operating environments of former MMI/II
Stage III propellant and components. (8) Computer codes allowing for
structural and thermal analysis of former MMI/II Stage III motors and
components. (9) Computer codes to support statistical analysis and
database maintenance of historical data and recent test data to develop
Service Life Estimates. (10) Ground test facilities capable of static
testing MMI/II Stage III motors and components. (11) A management
structure familiar with and compliant to government technical and
programmatic direction. (12) Adequate financial and managerial
resources to perform the requirements of the contract. Responses to
this synopsis must be received no later than30 days after publication.
Respondents not meeting the above requirements will not be considered.
Small businesses meeting the above requirements must submit a written
statement of capabilities (SOC) to this office. Large businesses are
not required to submit a SOC but should provide a point of contact. 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 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.
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 Standard
Industrial Classification (SIC) code identified below. Submit all
responses to this synopsis to SMC/TEKB, Attn: Maj George R. Clark, 3550
Aberdeen Ave SE, Kirtland AFB, NM 87117-5776. If you are interested
only in subcontracting possibilities, please indicate this clearly in
your submission. The contract is anticipated to be a Cost Plus Award
Fee, 1-year basic contract with four 1-year options and Initial award
of any resultant contract is anticipated by September 1997. The period
of performance is anticipated to be up to five years. Firms responding
should indicate if they are a small 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, 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 Militarily 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 a RFP and is not to be construed as a
commitment by the Government. Based upon market research, the
Government is not using 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. The purpose of the Ombudsman is to receive and communicate
serious concerns from potential offerors when an offeror prefers not to
use established channels 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 Phillips Laboratory (PL) Ombudsman, Colonel
James D. Ledbetter (PL/CV) at (505) 846-4964, or at 3550 Aberdeen Ave
SE, Kirtland AFB, NM 87117-5776. For contracting issues, please
contact SMC/TEKB, Capt Ralph Oliva at (505) 846-8522 (telefax (505)
846-5152). (0027) Loren Data Corp. http://www.ld.com (SYN# 0021 19970129\A-0021.SOL)
A - Research and Development Index Page
|
|