Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2004 FBO #0838
SOLICITATION NOTICE

B -- NOTICE OF INTENT TO AWARD A SOLE SOURCE PROCUREMENT

Notice Date
3/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Department of the Air Force, Air Force Space Command, 61 CONS, 2420 VELA WAY Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
FA2816-04-R-0004
 
Response Due
3/26/2004
 
Point of Contact
Bella Hunter, Contract Specialist, Phone (310) 363-2188, Fax (310) 363-5084,
 
E-Mail Address
bella.hunter@losangeles.af.mil
 
Description
Notice of Intent to Award a sole source procurement under the simplified acquisition procedures (SAP), FAR 13.5, to the University of Minnesota (UM) for a one-year base period and four (4) one-year options for the use of its Mt Lemmon Observatory Facility (MLOF) to obtain high-quality IR data on specific points in the constellation and implement the requirements of SMC/ISM, Space Tracking and Surveillance System (STSS) and SMC/IS, Space-Based Infrared Systems (SBIRS). The proposed procurement will begin on 01 April 2004 and will run through 31 March 2009, if all options are exercised. In accordance with the Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(ii), the Government will negotiate directly with the University of Minnesota. The primary objective is to provide SMC with the following specifications and requirements: (1) Telescope must be 1.5 meters or larger in diameter. (2) Telescope must have a chopping secondary that can either be driven internally or externally at about 3-35 Hz and with 3 arcsecond to 2 arcminute throw distances on the sky. (3) Telescope must be designed for use at IR wavelengths, all reflective, low emissivity. (4) Telescope needs to be situated at or above 9000 ft at a dry site and have a high probability of clear skies with no high cirrus for at least 25 percent of the nights. (5) Telescope must be readily accessible by car or truck, and be within one day drive of Los Angeles, CA. (6) Telescope must be able to support an uplooking photometer, with a total weight of sensor plus photometer plus support equipment of 550 pounds. Must have warm control room with power and heat for a short sleeve environment, even in winter. (7) Telescope must have facilities for teams of observers, minimum of four people, either on-site or within a short drive (less than five miles). (8) Site must have means to provide, or accept delivery of cryogens: liquid nitrogen, liquid helium, gaseous nitrogen, and dry ice. (9) Laboratory facilities for modest on-site sensor and computer testing, calibrations, and minor repairs must be available. (10) Telescope scheduling must be flexible enough to accommodate programmatic neds to support rocket launches and on-orbit testing. Sufficient time (at least four weeks per year, minimum of one week per quarter) to support variable star characterization. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. A determination not to compete this requirement is within the discretion of the Government. This notice is for information only. It is neither a request for proposals nor a solicitation for offers. THIS IS NOT A REQUEST FOR QUOTATION. No contract will be awarded on the basis of offers received in response to this notice. The North American Industry Classification System (NAICS) is 611310 with a size standard of $6,000,000.00. All inquiries and concerns must be addressed in writing to 61 CONS/LGCC, ATTN: Bella Hunter, 2420 Vela Way, Suite 1467, El Segundo, CA 90245-4659 or sent to facsimile number 310-363-1312, or sent by email to bella.hunter@losangeles.af.mil. Responses to this notice must be submitted within 15 days after this electronic posting. Interested sources may identify their interest and capability to respond to the requirement. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. Response to this synopsis is not required.
 
Place of Performance
Address: 2420 VELA WAY, SUITE 1467, EL SEGUNDO, CA
Zip Code: 90245-4659
Country: USA
 
Record
SN00542595-W 20040313/040311222733 (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.