Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
SOURCES SOUGHT

14 -- Air Launch Target (ALT)

Notice Date
5/3/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
F04701-02-R-0202
 
Response Due
5/31/2002
 
Archive Date
6/15/2002
 
Point of Contact
Major John Seamon, Contracting Officer, Phone (505) 846-4634, Fax null,
 
E-Mail Address
john.seamon@kirtland.af.mil
 
Description
The Air Force Space and Missile Systems Center's Detachment 12 (SMC/Det 12/RP), Rocket Systems Launch Program (RSLP), Kirtland AFB, Albuquerque, NM anticipates the release of a Draft Request for Proposal on or about 26 June 02 for the Air Launched Targets (ALT) contract(s). This multiple award, 10-year, IDIQ type contract will provide a "family" of air launched ballistic targets covering various ranges and re-entry conditions. Initial launches will most likely be campaigned from the Pacific Missile Range Facility (PMRF) in Kauai Hawaii with air launches in the Broad Ocean Area towards PMRF or the Ronald Reagan Test Facility (RTF). The anticipated minimum requirements are as follows: (1) The Contractor shall provide the launch systems and services necessary to air launch ballistic missile targets with a range of 500 Km to 2500 Km baselined to C-130 or C-17 military cargo aircraft environments; (2) Provide the launch system, aircraft integration, and launch services required to launch Government Furnished Equipment (GFE) Modified Ballistic Re-entry (MBRV) payloads on missions that may require different booster and MBRV configurations; (3) Reduce technical and programmatic risk by favoring existing designs and/or GFE to the maximum extent possible; (4) Conduct one demonstration mission within 24 months of task order award and provide additional assets as required following validation of the demonstration mission. The offerors must have significant experience with launch system development, flight software, launch system fabrication and testing, payload and mission integration, range interface, air launch operations, and financial reporting. Interested firms shall submit a written Statement of Capability (SOC) expressing their desire and ability to meet the ALT objectives to this office. The SOC shall contain pertinent and specific information addressing these 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, and (3) Facilities: availability and description of special facilities required to perform in the technical areas under consideration, and a statement regarding industrial security clearance and storage facilities to support work at the SECRET level. The responses provided in the three areas above should contain information demonstrating ability to meet the following technical requirements: (1) Ability to design a variety of air launched vehicles using GFE and commercial boosters meeting all technical, mission, and safety requirements. This includes ability to (a) design air launched vehicles based on a range of motors; (b) integrate air launch operations with different test ranges; (c) integrate a payload designed and provided by an independent payload contractor to the launch vehicle to provide a complete air launched target system; (d) design, develop, and test necessary modifications to the launch system, to include guidance and control hardware and software, and attitude control systems capable of performing post-boost maneuvers. (2) Ability to perform a range of mission planning, targeting, and data analysis efforts. This includes ability to (a) coordinate mission parameters with outside agencies by providing trajectory data and vehicle characterization; (b) perform post-mission analysis of booster telemetry and sensor data; (3) Ability to fabricate and test necessary components and provide required modifications to the boosters. This includes the ability to (a) manufacture and test attitude control hardware capable of performing required post-boost maneuvers; (b) fabricate, modify, integrate, and test guidance and control systems; (c) provide facilities, tooling, support and test equipment for both hardware and software, which the contractor will maintain and utilize for testing, manufacturing, integration and analysis; (d) test hardware for vibration, shock, humidity and temperature for both individual components and integrated systems; (e) provide facilities to safely test individual components and integrated systems; (f) safely transport hardware, including rocket motors and pyrotechnic devices; (g) obtain access to a manufacturing and testing facility with facility clearance at the SECRET/NOFORN level. (4) Ability to plan and perform flight test operations from any government or commercially owned launch range (Ronald Reagan Test Site, Western Test Range, Eastern Test Range, Wallops Island, White Sands Missile Range, Kodiak Spaceport, Pacific Missile Range Facility, etc.). This includes: (a) planning air-launches from the range in accordance with relevant ground and flight safety requirements and mission requirements; (b) integrating and servicing boosters and payload using existing storage, missile assembly and integration and operations facilities. (5) Ability to provide program management activities, integrating systems engineering and other activities. This includes: (a) experience interfacing with several independent payload contractors, government agencies, and range safety offices; (b) capability of efficiently integrating systems engineering disciplines such as configuration management, reliability, quality assurance, safety, manufacturing, etc; (c) facilities and procedures for hosting SECRET/NOFORN meetings. Any response not addressing all the above requirements will be rejected. The SOC must be submitted by 31 May 02 and is limited to 25 pages excluding resumes. All replies to this synopsis must reference Number F04701-02-R-0202. Submit only unclassified information. All responses shall include company size status under the small business size standard identified below. Submit all responses to this synopsis to Det 12 SMC/PKN, Attn: Maj John Seamon, 3548 Aberdeen Ave SE, Bldg 415, Rm 114, Kirtland AFB, NM 87117-5778. The contract(s) is(are) anticipated to be Indefinite Delivery/Indefinite Quantity (IDIQ), 10-year Task Order contract(s) with initial award anticipated by Feb 2003. This acquisition will be procured using Full and Open Competitive written Procedures. For this proposed acquisition, and using the small business size standard for NAICS code 336414, the size standard of 1000 employees applies. If you are interested only in subcontracting possibilities, please indicate this clearly in your submission. Firms responding should indicate if they are a small business, a socially and economically disadvantaged 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, socially and economically disadvantaged businesses, 8(a) firms, historically black colleges or universities, and minority institutions. Foreign-owned firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level. Offerors are invited to view the ALT source selection web page at http://www.te.plk.af.mil/. An "Industry Day" is planned for 21 and 22 May 2002 at Kirtland AFB, NM. 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. An Ombudsman has been appointed to hear the concerns from 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 a question, and voice concerns before contacting the Ombudsman. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact Mr. William Orzech, the Acting Ombudsman, at (310) 363-0886. For contracting issues please contact SMC Det 12/PKN, Major John Seamon, at 505-846-4634. See Numbered Notes: 25 and 26.
 
Place of Performance
Address: At various sites identified above.
 
Record
SN00071076-W 20020505/020503213250 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.