Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1998 PSA#2118

Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773

18 -- SR-19 FLEXSEAL PROGRAM SOL F04701-98-R-0299 POC Burck K Knopf, 505-853-3684 OR Karen L Ross 505-846-5103 E-MAIL: BURCK K KNOPF, CONTRACTS MANAGER,505-853-3684 OR MS., KNOPFBK@COMANCHE.PLK.AF.MIL. The Space and Missile Systems Center Test and Evaluation Directorate (SMC/TE), located at Kirtland AFB, NM anticipates an award of a multiyear contract to modify additional former Minuteman (MM) II Stage II (SR-19-A-J-1) rocket motors to provide ground launch capability. The government will provide the MM II Stage II (SR-19-A-J-1) rocket motors as Government Furnished Equipment (GFE). The modification consists of retrofitting the existing fixed nozzle assembly with a movable nozzle assembly. This would incorporate a flexseal and cold gas blow down, electro-hydraulic thrust vector actuation (TVA) system. The Government currently anticipates modifying up to 75 MM II Stage II rocket motors. This acquisition will require contractors to perform the following required tasks: manufacture the flexseal assembly using the existing drawings and specifications; retrofitting the MM fixed nozzle assembly with the flexseal assembly; modifying the existing MM roll control subsystem gas manifolds; modifying the existing MM ordnance subsystem to adapt to the TVA pressurization system electro-explosive device interface; perform motor propellant grain trim to maintain clearance envelope around movable nozzle; modifying the existing MM raceway cable; providing a thermal tent for motor base heat protection; providing cold gas blow down electrohydraulic TVA system, including actuators, interface electronics, hydraulic supply system, and pressurization system, instrumentation and cabling; integration and check-out of the movable nozzle, TVA system, cabling, ordnance subsystem modifications with the existing MM P92A1 control amplifier; qualifying manufacturing line and processes (if required); providing engineering support as required; and performing laboratory testing of propellant samples. The contract period of performance is expected to be approximately five years and will require flexibility in responding to unique technical requirements and schedule changes. Interested sources must submit a written statement of capabilities (SOC) package to this office. The SOC package shall, as a minimum, address the following: Experience: an outline of previous projects and specific work previously performed or being performed; Personnel: name, professional qualifications and specific experience of scientific, engineering, and program management personnel who may be assigned to this project; Facilities: availability and description of special facilities required to perform the contract as well as manufacturing capacity and total estimated utilization of manufacturing and test facilities. Security: a statement regarding industrial security clearance and storage facilities to support work at the SECRET level. To provide a greater understanding of the supplies and services available to meet the Government's minimum needs, a site visit of each interested source's facilities is hereby requested. Interested sources shall state in their SOC package whether they will be able to accommodate the Government's need for an on-site visit of their facilities. Interested sources submitting negative responses to the Government's request for an on-site visit of their facility in no way will be penalized, however, all responses must address all of the above requirements. Not addressing all the above could become cause for rejection. The SOC package must be submitted within 30 calendar days of this publication, and is limited to 25 pages excluding resumes. All replies to this synopsis must reference RFP Number F04701-98-R-0299. Submit only unclassified information. All responses shall include company size status under the Standard Industrial Classification (SIC) code 3764, 1000 employees. Submit all responses to this synopsis to SMC/TEKB, ATTN: Burck Knopf, 3550 Aberdeen Ave SE, Building 412, Room 162, Kirtland AFB, NM 87117-5776. If you are interested in only subcontracting possibilities, please indicate this clearly in your submission. Firms responding should indicate if they are a small business, socially and economically disadvantaged business, an 8(a) firm, a historically black college or university, a minority institution, or a woman-owned business. The Government reserves the right to set this acquisition or portions thereof, aside for small businesses, socially and economically disadvantaged businesses, 8(a) firms, historically black colleges or universities, and minority institutions. For this acquisition, the definitions in FAR 19.001 and small business size standard for SIC 3764, size standard 1000 employees applies. Foreign firms are advised they will not be allowed to participate as the prime contractor. Research and data information which may be available for review or which may be produced under a resulting contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control laws and regulations. Only those firms who are on the Certified Contractor Access List may receive such information. Request certification and registration be obtained from the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412 (telephone number is 1-800-352-3572). Questions pertaining to this announcement shall be directed to Burck Knopf, Contracts Manager, at 505- 853-3684 or Karen L. Ross, Contracting Officer at 505-846-5103 (facsimile for both Mr Knopf and Ms Ross is 505-846-4990). (0166)

Loren Data Corp. http://www.ld.com (SYN# 0191 19980617\18-0001.SOL)


18 - Space Vehicles Index Page