Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2002 FBO #0243
SOLICITATION NOTICE

A -- Miniature Satellite Threat Reporting System Research, Design, Development, and Space Experiment

Notice Date
7/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL, Space Vehicles Directorate, Kirtland AFB, 2251 Maxwell Ave, Kirtland AFB, NM, 87117
 
ZIP Code
87117
 
Solicitation Number
F29601-02-C-0300
 
Response Due
8/15/2002
 
Point of Contact
Jayne Faris, Contracting Officer, Phone 505 846 5935, Fax 505 846 7049,
 
E-Mail Address
Jayne.Faris@Kirtland.af.mil
 
Description
DESC: The Air Force Research Laboratory, Contracting Directorate, on behalf of the Space Vehicles Directorate, Spacecraft Technology Division, Space Electronics and Protection Branch, Kirtland AFB, NM intends to award a sole source, follow-on contract to Northrop Grumman for the following described efforts based on technology developed and demonstrated by Northrop Grumman under previously awarded open competition. BACKGROUND: The Miniature Satellite Threat Reporting System (MSTRS) program provides for research, development, and demonstration of satellite radio frequency threat reporting technologies. Northrop Grumman solely designed, fabricated, and integrated the prototype phase I MSTRS radio frequency receiver hardware and associated software with the exception of a Los Alamos National Laboratory developed single electronic snapshot circuit board and a MIJI software algorithm. Northrop Grumman designed, fabricated, and integrated the MSTRS system that is manifested and installed for flight on shuttle flight STS-107, significantly participated in the design of the MSTRS shuttle experiment, and partially completed the design of a miniaturized phase II receiver system. OBJECTIVE: The objective of this proposed contract is to: 1) provide engineering support for the MSTRS prototype phase I risk reduction shuttle experiment. This engineering support will include developing MSTRS tune tables and operating MSTRS ground command and data processing stations; 2) perform data analysis of the MSTRS phase I prototype shuttle experiment data and evaluation of MSTRS performance; and 3) complete prototype phase I development by developing user manuals, system demonstrations, and writing technical reports. The period of performance for the above tasks is 36 months with an anticipated start date of October 2002. A contract will be awarded to Northrop Grumman provided other sources cannot furnish the services at equivalent terms. Respondents are required to provide sufficient information concerning their ability to fulfill the above requirements within the period of performance in order for the project office to determine the requirements can be met. A draft program plan as well as resumes of key personnel must also be included in the response. Responses are limited to a total of 25 pages including program plan, resumes, attachments, diagrams, etc. Submit responses to Maj Jayne Faris, Det 8 PKVE, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773 no later than 15 calendar days after the date of this announcement by 4:00 PM Mountain Daylight Time. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days calendar days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in 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 day of this notice. Firms responding should indicate if they are a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) Certified Business, a Woman-Owned Business and/or a HUBZone Certified Small Business Concern. To be considered a Small Business the following applies: SIC 541710, size standard 1,000 employees. Foreign owned firms are advised to contact the Contracting Officer or Project Manager before submitting a proposal to determine whether there are restrictions on receiving an award. It is anticipated that contractors will have access to or will generate data that is unclassified with limited distribution and/or subject to U.S. Export Control laws. Therefore, only offerors who are certified by the Defense Logistics Information Services (DLIS) may submit offers. Contact US/Canada Joint Certification Office, DLIS, Federal Center, 74 Washington Ave, North, Battle Creek, Michigan 49017-3084 (1 (800) 352-3572) http://www.dlis.dla.mil/jcp/ for further information on certification and the approval process. The offeror is required to either submit a copy of the DLIS approved DD Form 2345 with its proposal or to the Contracting Officer if access to unclassified, limited distribution data is required to prepare the proposal. It is anticipated that a DD Form 254, Contract Security Classification Specification, with a classification level of Top Secret is required during the performance of this effort. An Ombudsman has been appointed to hear concerns from offerors or potential offerors, primarily during the proposal development phase of this negotiated acquisition. The purpose of the Ombudsman is not to diminish the authority of the Program Director or Contracting Officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel in the pre-proposal phase of competitive, negotiated acquisitions. Before contacting the Ombudsman, potential offerors should first communicate with the Contracting Officer. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact the Ombudsman at the Phillips Research Site of the Air Force Research Laboratory, Mr. Eugene DeWall, Director of Contracting, at (505) 846-4979, or at 2251 Maxwell Avenue SE, Kirtland AFB NM 87117-5773. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern.
 
Record
SN00129383-W 20020802/020731213630 (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.