Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2003 FBO #0663
SOLICITATION NOTICE

18 -- Responsive Space Program (RSP) Using the Techsat 21 Bus

Notice Date
9/19/2003
 
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
FA945304C0001
 
Archive Date
10/22/2003
 
Point of Contact
Shari Barnett, Contracting Officer, Phone (505) 846-6189, Fax (505) 846-7549, - Kim Kinifick, Contract Specialist, Phone 505 846 7603, Fax 505 846 7549,
 
E-Mail Address
shari.barnett@kirtland.af.mil, Kimberly.Kinifick@Kirtland.AF.MIL
 
Description
DESC: The Air Force Research Laboratory, Contracting Directorate, on behalf of the Space Vehicles Directorate, Integrated Experiments and Evaluation Division, Kirtland AFB, NM, intends to award a sole source contract to MicroSat Systems, Inc. (MSI) for the following described effort based on technology developed and demonstrated by MSI under previously awarded open competition. BACKGROUND: The history of RSP is embedded in the TechSat 21 effort. TechSat 21 is an Other Transaction for Prototype (OTA) issued under VS-00-01 BAA, Technical Area Number 10, Microsatellite Formation Flying, synopsized on 17 Dec 1999. Due to funding issues and change in program direction, the OT is being converted to a FAR Cost Plus Fixed Fee, completeion type contract. The objective of Techsat 21 was to show demonstration of formations of microsatellites flying in close proximity to perform missions otherwise performed by larger, monolithic satellites. The objective of RSP is to rapidly design, build, test, and field an operationally relevant microsatellite system; reduce timelines for development, test, launch, and checkout; and provide a responsive capability to the user. OBJECTIVE: The objective of this proposed contract is to: Build, and deliver a microsatellite bus, using available excess hardware, within nine months; and, leverage previous government investment on the development of small, low cost satellite components and systems. There will be options for two additional microsatellite buses. This contract is meant to build upon the effort developed under the VS-00-01 BAA, Technical Area Number 10, Microsatellite Formation Flying, for Other Transaction for Prototype, awarded Jul 00 to MSI. The period of performance for the above effort is 20 months, to also include integration, testing, launch and six months of on-orbit operations, with an anticipated start date of Nov 2003. The option periods will not be more than 18 months each. A contract will be awarded to MSI, 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 cost and technical proposal is required, to include a draft program plan, list of government furnished information or property required, statement of work including work breakdown structure (WBS), program schedule, management plan, risk and technology management, as well as resumes of key personnel. The technical proposal is limited to a total of 25 pages including program plan, resumes, attachments, diagrams, etc. The cost proposal should include an estimate to include hours and rates, and summary by WBS for a cost plus fixed fee type contract. Submit responses of intent to Shari Barnett, Det 8 PKVI, 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 days 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 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 submit a copy of the DLIS approved DD Form 2345 with its proposal. It is anticipated that a DD Form 254, Contract Security Classification Specification, with a classification level of Top Secret/SCI is required during the performance of this effort.
 
Record
SN00438072-W 20030921/030919213126 (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.