Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2004 FBO #0808
SOURCES SOUGHT

A -- Responsive Small Spacelift (RSS)

Notice Date
2/11/2004
 
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
Reference-Number-29
 
Response Due
2/26/2004
 
Archive Date
3/12/2004
 
Point of Contact
Virgie Henderson, Contract Specialist, Phone (505) 846-5103, Fax null, - Maria Chavez-Mann, Contracting Officer, Phone (505) 853-3747, Fax null,
 
E-Mail Address
virgie.henderson@kirtland.af.mil, maria.mann@kirtland.af.mil
 
Description
The Rocket Systems Launch Program (RSLP), Kirtland AFB, Albuquerque, NM, is contemplating multiple awards of a five-year Task Order Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) Task Orders for mission types 1 & 2 and TBD contract type Task Order(s) for mission type 3 to provide RSLP with space launch vehicles. The purpose of this program will be to provide enhanced capability and flexibility in the development of RSLP orbital launch vehicles and launch services using mature vehicle designs and commercial boosters to meet a variety of mission/payload requirements. The Government is requesting interested firms to submit a written Statement of Capability (SOC) expressing their desire and ability to meet the RSS objectives to this office. Background: RSLP requires near-term spacelift assets to support small, responsive requirements in three mission types. Mission 1: Responsive Small Launch Vehicle with the following capabilities (a) 12 to 18 month Period-of-Performance (POP) or less from award to Initial Launch Capability (ILC); (b) capable of lifting a 500 lbm payload to a 400 nmi Sun synchronous orbit; (c) provide a payload size capacity of at least 40 inch diameter with a 60 inch height; (d) design and operational concept that enables low-cost, high reliability (industry standard) operations. Mission 2: Responsive Air Launch Small Launch Vehicle with the following capabilities: (a) 12 to 18 month POP or less from award to Initial Launch Capability (ILC); (b) capable of lifting a 200 lbm payload to a 150 nmi Sun synchronous orbit; (c) provide a payload size capacity of at least 30 inch diameter with a 36 inch height; (d) design and operational concept that enables low-cost, high reliability (industry standard) operations. Mission 3: Optimized Responsive Small Launch Vehicle with the following capabilities: (a) 12 to 18 month POP or less from award to Initial Launch Capability (ILC); (b) capable of lifting a 500 lbm payload to a 400 nmi Sun synchronous orbit; (c) provide a payload size capacity of at least 40 inch diameter with a 60 inch height; (d) optimized hardware and operations to achieve minimum cost ($5M-$10M) with higher risks being acceptable. For each of these mission types, the contractor will be required to develop the launch vehicle; this includes development of guidance and control systems, mission/targeting software, flight termination systems, providing launch services, and performing post-launch analysis. The contractor will develop, procure, and build flight hardware, and integrate and launch the RSS vehicle(s) from any of several ranges. The contract POP will be for five years and will require flexibility in responding to unique technical requirements, vehicle quantity, and schedule changes. Dependent on the mission, the government may provide the following GFE: payload, launch facilities, and launch vehicle transportation. The Statements of Capability shall contain pertinent and specific information addressing these areas: (A) 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, (B) 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 (C) 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 for Experience, Personnel, and Facilities above should contain information demonstrating the ability to meet the following technical requirements for each of the three specific mission types the contractor is interested in pursuing. The technical requirements are: (1) Ability to design a space launch vehicle(s) using commercial boosters meeting all technical, mission, and safety requirements. This includes the ability to (a) design space launch vehicle(s) that are either flight proven, derived from a flight proven design(s) or at the Critical Design Review (CDR) level of design maturity or better; (b) incorporate different test range ground and flight safety requirements into the design of the space launch vehicle systems; (c) integrate a payload (designed and provided by an independent payload contractor) to the space launch vehicle; (d) design, develop, and test the vehicle, to include guidance and control hardware and software, and attitude control systems capable of inserting the payload into the correct orbit; (2) Ability to perform a range of mission planning, targeting, and data analysis efforts. This includes the ability to (a) provide mission planning/targeting of the proposed launch vehicle(s); (b) coordinate mission parameters with outside agencies by providing trajectory data and vehicle characterization; (c) perform post-mission analysis of booster telemetry and ground sensor data; (3) Ability to fabricate and test the necessary components. This includes the ability to (a) manufacture and test attitude control hardware capable of performing required 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 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 (Western Test Range, Eastern Test Range, Wallops Flight Facility, or one of the four commercial spaceports (Kodiak Launch Complex, Space Systems International, Florida and Virginia (Old Dominion) Spaceports), etc.). This includes: (a) planning 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 or contractor furnished storage, missile assembly and integration and operations facilities; (5) Ability to provide program management activities, integrating systems engineering and other activities. This includes: (a) interfacing with 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. All potential sources are encouraged to respond to one or more of the 3 missions. The SOC(s) will be rejected unless all the above technical requirements are addressed for each mission type. The SOC must be received by 26 Feb 04. Each SOC is limited to 25 pages per configuration, excluding resumes. All replies to this synopsis must refer to the reference number (12) above. Submit only unclassified information. All responses shall include company size status under the NAICS code identified below. Submit all responses to this synopsis to SMC Det 12/PKN, Attn: Ms Virgie Henderson, 3548 Aberdeen Ave SE, Bldg 415, Kirtland AFB, NM 87117-5776. All documents on this acquisition, including this synopsis, can be found at http://www.te.plk.af.mil/contracts/responsive small spacelift.html/. Draft documents will be made available on this site as they are developed and updated. If you are interested only in subcontracting possibilities, please indicate this clearly in your submission. Initial award of any resultant contract is anticipated by July 2004. 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. For this proposed acquisition, the definitions in FAR 19.001 and small business size standard for NAICS 336414, size standard 1,000 employees apply. Foreign firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level. The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq.). Only those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. Request certification and registration from the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412 as soon as possible. This announcement is for information and planning purposes only. It does not constitute an RFP and is not to be construed as a commitment by the Government. Questions pertaining to this announcement shall be directed to Ms Virgie Henderson, Contract Specialist, SMC Det 12/PKN at (505) 846-5103, email virgie.henderson@kirtland.af.mil, (telefax (505) 853-7097). An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Space and Missile Systems Center Ombudsman, David Ganger at (310) 363-0588. Notes 8, 25 & 26 apply to this acquisition.
 
Place of Performance
Address: Contractor's facility.
 
Record
SN00520534-W 20040213/040211212347 (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.