Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
SOURCES SOUGHT

A -- Engineering and Laboratory Test Support for the Rocket System Launch Program (RSLP) for Minuteman II Stages 1 (M55A1) and 3 (M57A1) Rocket Motors and Related Components

Notice Date
6/13/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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-05-65
 
Response Due
6/28/2005
 
Archive Date
7/13/2005
 
Description
INTENT TO AWARD A SOLE SOURCE PROCUREMENT. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. REQUEST FOR A SOLICITATION WILL RECEIVE NO RESPONSE. The Air Force Space and Missile Systems Center (SMC Det 12/RP), Rocket Systems Launch Program (RSLP), Kirtland AFB, Albuquerque, NM is contemplating negotiating a sole source contract with ATK Alliant Tech Systems for award of a five-year Firm Fixed Price Indefinite Delivery Indefinite Quantity Type contract to support the RSLP former Minuteman II (MM II) Stage 1 (M55A1) and Stage 3 (M57A1) Aging Surveillance Service Life Analysis Program and associated engineering services. The sole source determination is made in accordance with FAR 6.302-1(a)(iii) stating award to any other source than incumbent would result in substantial duplication of costs to the Government that is not expected to be recovered through competition. The Aging Surveillance Service Life Analysis Program will allow RSLP to utilize the former MM rocket motors in a variety of applications. The sole source determination is made in accordance with FAR 6.302-1(a)(iii) stating award to any other source than the incumbent would result in substantial duplication of costs to the Government that is not expected to be recovered through competition. The Minimum requirements are as follows: (1) a thorough knowledge of the MM II M55A1 and M57A1 propulsion systems, including solid propellant, igniter, nozzles, and thrust termination systems, (2) extensive experience with handling, machining and testing MM II solid propellants, (3) Mil-Std level testing and data reporting requirements, (4) demonstrated ability to work with the Air Force in an integrated team approach, (5) a core team of experienced, trained, and certified MM technicians and engineers, (6) ability and facilities to plug and dissect the former MM II M55A1 (class 1.3 propellant) and M57A1 (class 1.1 propellant) solid rocket motor and components, (7) state of the art laboratories and test facilities capable of conducting chemical analysis, mechanical properties testing, explosive hazards testing and non- destructive testing in environments simulating operating and non-operating environments of former MM II M55A1 and M57A1 propellant and components, (8) computer codes allowing for structural and thermal analysis of former MM II M55A1 and M57A1 motors and components, (9) historical data on motor, component, and propellant performance/capabilities, and the expertise to correctly interpret it, (10) computer codes to support statistical analysis and database maintenance of historical data and recent test data to develop Useful Life Estimates, (11) ground test facilities capable of static testing and x-raying MM II M55A1 and M57A1 motors and components, (12) a management structure familiar with and compliant to government technical and programmatic direction, and (13) adequate financial and managerial resources to perform the requirements of the contract. The research and test data produced under a resultant contract may contain Militarily Critical Technology List (MCIL) 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. This announcement is for information and planning purposes only. The contract period of performance is expected to be five years. Any persons or companies interested in this notice are to respond the requirement (s) and submit their capability statement to the Contracting Officer within 15 days of this notice. The capability statement should address why the company believes that the sole source justification is no longer valid. The NAICS Code for this acquisition is 541710 with a size standard of 1000 employees. An Ombudsman has been appointed to hear concerns from potential Offerors. The purpose of the Ombudsman is to receive and communicate concerns from potential Offerors when an Offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. The Ombudsman will communicate certain Offeror issues, disagreements, and recommendations on this acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate an Offeror's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the Offeror. The Ombudsman will not participate in the evaluation of proposals or the source selection process for this acquisition. The Ombudsman is Director of Staff, SMC/DS, Phone Number (310) 363-3571. Questions pertaining to this announcement shall be directed to Mr. Raynie Vanderford, Contracting, SMC Det 12/PKS at (505) 853-3963, FAX or by email raynie.vanderford1@kirtland.af.mil or Mel G. Pearson, Contracting Officer, phone (505) 853-3503, FAX, email mel.pearson@kirtland.af.mil.
 
Record
SN00828701-W 20050615/050613211801 (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.