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