Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2005 FBO #1439
SOURCES SOUGHT

V -- Proteus Target Board Flight Hours Support Services

Notice Date
11/2/2005
 
Notice Type
Sources Sought
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
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
Reference-Number-FAS0AR5181B001A
 
Response Due
11/16/2005
 
Archive Date
1/30/2006
 
Description
Sources Sought Notice: The Air Force Flight Test Center (AFFTC), Edwards Air Force Base, CA is seeking potential sources capable of providing Proteus Target Board Support (Flight Hours) in accordance with the Statement of Work below. In addition to all the requirements detailed in the Statement of Work below, the following special requirement applies to the acquisition: Interested parties must be capable of providing equipment 100% compatible with all existing program components. STATEMENT OF WORK (SOW) FOR AIR FORCE FLIGHT TEST CENTER (AFFTC) AIRBORNE LASER (ABL) INTEGRATED TEST FORCE (ITF) PROTEUS AIRCRAFT FLIGHT TEST SUPPORT AFFTC AIR FORCE MATERIEL COMMAND EDWARDS AIR FORCE BASE (AFB), CA 93523-5000 1.0 DESCRIPTION OF SERVICES 1.1 Introduction The ABL test program requires access to various test targets to characterize, verify, or demonstrate inherent weapon system capabilities such as target acquisition, tracking and pointing. These tests will be accomplished, over the course of the next four years, at various test ranges, to include White Sands Missile Range (WSMR), Edwards AFB Range Complex, and the Western Test Range (WTR). The Proteus aircraft is a manned twin turbofan high altitude multi mission aircraft powered by Williams International FJ44-2E engines leased and operated by Scaled Composites, LLC, Mojave, CA (California). The aircraft is designed to support long duration high altitude operations carrying a variety of ?customer specific? payloads. Specifically, it is designed to carry payloads in the 2000-pound class to altitudes above 60,000 feet and remain on station up to 14 hours The ABL program office has selected the Proteus aircraft to carry the Massachusetts Institute of Technology (MIT)/Lincoln Lab (LL) target board in support of the ABL test program requirements. Furthermore, this document contains an overview of those requirements. It is important to note that the specific ABL payload, the Proteus Target Board System (PTBS), which will be carried by Proteus, is the responsibility of the MIT/LL. MIT/LL is responsible for the target board design, fabrication, integration, and characterization as required to support ABL program requirements. The target board carrier was designed and fabricated by Scaled Composites, LLC, Mojave, CA. It is a one of a kind target board carrier specifically designed to be carried on the one and only Proteus aircraft also operated by Scaled Composites. For the purpose of this contract, ABL will only be procuring flight hours and support required to support flight tests. Mounting of the PTBS and PTBS support will not be covered in this contract but maintained through existing and future contracts between Scaled Composites and MIT/LL. 1.2 Scope Scaled Composites is required to provide captive carry support of the MIT/LL PTBS and associated subsystems as required to collect ABL specific data. Additionally, Scaled Composites is required to provide transportation support services of the PTBS to and from various locations as required to support the ABL program. 1.3 Personnel Requirements Contractor personnel must have prior and unique detailed knowledge of the PTBS. 1.4 Data Analysis The contractor will not have access to any data that is retrieved from the flight test. Only the ABL/ITF, MIT, ABL System Program Office (SPO), or other designated government agencies/organizations will have access and be able to download or retrieve any data. MIT/LL will continue to perform data analysis collection through their existing contract. 1.4.1.1 There shall be no classified or sensitive data processed at the contractor facility under this contract. 1.5 Technical Requirements The following section describes required technical requirements. These requirements may be satisfied by the contractor in one or more of the following task areas: a) Provide aircraft flying hours for Proteus Target Board System (PTBS) through an all inclusive flying hour cost. b) Participate in the Test Planning Working Group (ABL/ITF engagement scenarios), technical and safety reviews, pre/post mission briefings, and mission planning activities as directed by ABL/ITF. c) Provide flying hours to ferry PTBS to and from locations supporting flight tests and target board maintenance. d) Functionally check/calibrate the applicable instrumentation prior to commencing ground and flight test. 1.6 Program Management The contractor shall designate a Project Manager (PM) responsible for all contract efforts. This person shall be the primary point of contact for programmatic issues. The contractor shall designate an alternate PM designated to act on behalf of the PM during absences. The contractor PM will issue monthly management progress reports to ABL/ITF PM summarizing the status of the PTBS and each major function/task, including the actual cost and schedule. 2.0 CONFIGURATION MANAGEMENT (CM) AND QUALITY ASSURANCE (QA) The contractor shall provide CM and QA functions in the performance of this contract. 3.0 TRAVEL The government will pay for travel costs associated with Proteus aircraft deployments. Cost will not exceed max per diem rate for lodging and food as stated by GSA (www.gsa.gov). Personnel traveling from Scaled Composites will stay in government approved facilities. Travel will include 2 rental cars per deployment and air fare for Scaled Composite personnel. The contractor will be responsible for any costs outside the max per diem rate. 4.0 BASE SUPPORT AT DEPLOYED LOCATIONS Base support services are already being covered in the contract between Electronic Systems Center and MIT/LL/Scaled Composites. The current support given will remain contracted as such. Neither the SPO, nor ABL/ITF will contract or pay for these services. 5.0 SERVICE DELIVERY SUMMARY All pilots will be checked out and qualified to fly the Proteus aircraft. Performance Objective SOW Section Performance Threshold Schedule - System availability and functionality within one to three days 7.0 1.1.1.1.1 Be available when scheduled 95% of the time Contractor must satisfy ABL engagement requirements 1.5 Be at specific test points, speed, altitude during engagements 90% of the time 6.0 GOVERNMENT FURNISHED PROPERTY (GFE) AND SERVICES Aside from the target board, the government will provide the equipment, materials and services listed below. The following items will be provided as GFE which will be provided at test ranges during flight tests: ITEM SERIAL NUMBER PRICE PDA RADS DISPLAY spare SL-5600, 33004686 $504.00 Cockpit PC Dell D600, 7W71B41 $3300.00 Cockpit PC (spare):DELL D600, CCRXM41 $3300.00 PDA RADS display :SHARP SL-5600, 33004686 $504.00 Indigo Merlin IR camera Model # 414-0047-00Serial # 0126 $25,000.00 7.0 SCHEDULING The government will provide a proposed schedule for a designated test period not less than thirty (30) calendar days in advance. The Contractor will be up-dated on the proposed test schedule for that test period not later than fourteen (14) calendar days in advance of the test period. The Contractor shall respond to the Government proposed test schedule not later than one (1) calendar day after notification of a proposed schedule by confirming the schedule. If conflicts exist with other scheduled programs the contractor will provide a current testing schedule to allow ABL/ITF to reschedule. 7.1 Flight Test Schedules The aircraft will be operated at EAFB 2508 test range, WSMR, WTR, Hanscom AFB, Vandenberg, Holloman AFB, Kirtland, Mojave Scaled Composites, LLC, 1624 Flight Line, Mojave, Ca 93501-1663, Fort Biggs or any other locations that have not been identified in this SOW, but can be identified when supporting a flight test, which will supersede this SOW. The Contractor shall provide the aircraft based on test schedule provided by the government. The test periods, consisting of a stated amount of test hours, have been estimated at 120 hours for FY 06 but shall be identified by delivery order. Cost for flight hours given by the contractor to the government will include fuel, administrative costs and any applicable fees associated with flight tests. Costs will not be separate costs but part of the flying hour costs. 8.0 SECURITY REQUIREMENTS 8.1 National Industrial Security Program Operation Manual (NISPOM) compliance The contractor shall comply with the NISPOM dated January 1995; the NISPOM supplement dated February 1995, the DoD Overprint to the NISPOM supplement, dated January 1998, the Program Security Directive (PSD) and Security Classification Guide (SCG). The PSD and SCG will be provided under separate cover if applicable. 8.2 Security Clearances Personnel assigned to this contract performing test conduct and data analysis shall possess a SECRET clearance. The personnel assisting in test planning shall at a minimum possess a ?current? SECRET clearance. The contractor shall provide adequate personnel with special access clearances for the purpose of visiting classified test ranges and sites. Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information describing their ability to provide complete Proteus Target Board Support listed above. Firms responding to this synopsis must identify their company?s capabilities to perform the requirements described herein, reference the synopsis number and indicate whether or not that they are a small or small disadvantaged business concern as defined in FAR 52.219-1. The NAICS code is 481212. The Small Business size standard is 1,500 employees. The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Air Force. The Government does not intend to pay for any information provided under this sources sought synopsis. It is anticipated that a Cost Plus Fixed Fee contract will be awarded in Jan of 2006. All responses may be sent via e-mail to Philip.cheng@edwards.af.mil or mailed to 412 TW/PKDB, 5 South Wolfe Ave, Edwards AFB, CA 93524-1185, Attention: Philip W. Cheng. Fax Number: 661-275-7827. Responses to this sources sought synopsis are due in the office by Close of Business (COB), 16 Nov 2005.
 
Place of Performance
Address: 5 South Wolfe Ave., Edwards AFB, CA
Zip Code: 93524
Country: USA
 
Record
SN00925039-W 20051104/051102211915 (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.