Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2005 FBO #1425
SOURCES SOUGHT

R -- ADVANCED RESEARCH AND ENGINEERING SERVICE (ARES)

Notice Date
9/20/2005
 
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 Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
FA9300-05-R-0024
 
Response Due
10/5/2005
 
Point of Contact
Sun McGuiness, Contract Specialist, Phone 661-277-8597, Fax 661-275-7873, - Cheryle Armstrong, Contract Specialist, Phone 661-277-3530, Fax 661-275-7810,
 
E-Mail Address
sun.mcguiness@edwards.af.mil, cheryle.armstrong@edwards.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
1. Purpose. This is a sources sought synopsis for the Advanced Research and Engineering Service (ARES II) contract. This effort will provide support for the Air Force Research Laboratory, Propulsion Directorate (AFRL/PR-W), Edwards AFB, CA. 2. Requirement. AFRL/PR-W is seeking sources to provide high quality on-site research and engineering personnel who possess superior competence in liquid, solid, spacecraft, emerging and pervasive propulsion; systems integration and analysis. The contractor personnel shall possess exceptional knowledge, skills, and in research, engineering, development, prediction, test, evaluation and management to enhance the state-of-the-art in rocket propulsion technology while improving rocket propulsion capability. Other areas of desired expertise include a working knowledge of logistics, contract acquisition and management. Areas of research and engineering shall include: analytical, numerical, systems and affordability and failure analysis; experimental testing; data acquisition and reduction; hardware design and development; software development; technical advice and acquisition management support. Specifically, AFRL/PR-W is seeking research and engineering expertise to perform studies, consultation, and analysis on technology opportunities and options that: 1) Advance liquid rocket engine technology (associated components and integrated propulsion systems) that apply to pump-fed, pressure-fed, and/or Rocket Based Combined Cycle engines that use both cryogenic and storable propellants. Such activities range from fundamental technology development and concept definition through full-scale engineering development; 2) Advance solid and hybrid rocket motor, component and propulsion system technology and capability. This entails evaluating and validating the use, modification and development of materials, design processes, and fabrication methods for solid and hybrid propulsion elements, as well as examining analytical codes to determine component and system requirements performance, reliability and capability; 3) Support satellite, post boost vehicle and Kinetic Energy Weapon divert and axial propulsion programs, multi-pulse ground-based upper stage booster programs, and hardware integration/demonstration, attitude control, orbital transfer, and repositioning efforts. The activity shall include integration program support along with progress monitoring of tests, technical validation and analysis of both out-of-house and in-house generated data. 4) Advance propulsion capability in the areas of space propulsion. Work in this area encompass applied sciences and technologies of boost, post boost and spacecraft systems such as electric propulsion, advanced chemical propulsion, solar propulsion, High Energy Density Materials, as well as performance concepts including avionics, sensors and other emerging technologies. The contractor shall perform independent analysis, design, evaluation, and planning from exploratory development to full-scale engineering development; and 5) Assist the AFRL/PR-W in investigating and integrating competing rocket propulsion performance concepts and subsystems. It includes the use, modification, development, and/or acquisition of analysis tools needed to analyze these performance concepts. The support will also entail establishing, refining and tracking performance requirements and figures of merit for propulsion system applications. This procurement is proposed to be a small business set-aside. Anticipated period of performance is a basic three-year contract with two options (first option for 4 years and the second option for 3 years). Interested parties are requested to submit the following: 1) Name and type of firm (i.e. Small Business, Small Disadvantage Small Business, HUB Zone Small Business, or Service-Disabled, Veteran; address, email address, telephone number, facsimile number, point of contact; experience/qualifications including descriptions of projects completed similar to this procurement. North American Industrial Classification Systems (NAICS) is 541710 and 1,000 employees. Responses shall indicate size of firm under NAICS. Sources sought will remain open until 4:00 PM. Pacific Standard Time 12 Oct 05. An Industry Day is scheduled for 12 October 2005 (8:30 AM to 12:30 PM Pacific Standard Time) in Bldg 2800 Wolfe-Yeager Conference Room, Edwards Air Force Base California. All interested parties are highly encouraged to attend. Purpose of the Industry Day is to provide more detailed information regarding the requirement and to give potential offerors the opportunity to ask questions. If you would like to email your questions in advanced of the Industry Day, please email them to Sun McGuinness at e-mail: sun.mcguinness@edwards.af.mil. All questions received in advance will be addressed during the Industry Day. If time permits, breakout sessions are available upon request. Please notify us before industry day if you desire a separate session. All potential offerors interested in attending the Industry day are required to pre-register. Pre-register by submitting the following information by either fax (661) 275-7873 or e-mail: sun.mcguinness@edwards.af.mil no later than 5 Oct 05 at 4:00 PM: Name, date of birth, place of birth, social security number, citizenship, driver’s license number/state, vehicle brand and model, and vehicle license number/state. Government briefing charts and questions raised by attendees and answers given by the Government during the Industry Day will be posted on the website: www.fbo.gov Foreign firms are advised they will not be allowed to participate as the prime contractor or a sub-contractor. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 19-OCT-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9300-05-R-0024/listing.html)
 
Place of Performance
Address: AFRL/PR-W EDWARDS AFB, CA
Zip Code: 93524
Country: U.S
 
Record
SN00918240-F 20051021/051019213701 (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.