Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2005 FBO #1469
SOLICITATION NOTICE

A -- Advanced Missile Propulsion Technology (AMPT)

Notice Date
12/2/2005
 
Notice Type
Solicitation Notice
 
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
Reference-Number-BAA-05-01-PKTA
 
Response Due
2/18/2006
 
Archive Date
3/5/2006
 
Point of Contact
Kenneth Thomason, Contract Specialist, Phone 661-275-9878, Fax 661-275-7843, - Barbara Barcelona, Contracting Officer, Phone 661-277-3524, Fax 661-275-9613,
 
E-Mail Address
kenneth.thomason@edwards.af.mil, barbara.barcelona@edwards.af.mil
 
Description
This is the presolicitation notice for the Advanced Missile Propulsion Technology (AMPT) program. The solicitation will be released on or about the week 0f 19 Dec 2005 and close on or about 18 February 2005 Jan 2006. The scope of this program is to provide the products, services, and development required to support Advanced Missile Propulsion Technology (AMPT). The Advanced Missile Propulsion Technology program will sponsor new technology developments and demonstrations for solid rocket propulsion. The desired technologies span all areas of application for solid rocket motors (SRMs), including ballistic and space boost, post boost propulsion and tactical motors. The development activities to be undertaken will also include advanced technologies for predicting and monitoring the remaining service life of solid rocket motors as well as for the modeling and simulation functions to design and assess the performance of solid rocket motors. Research areas 1 through 5 are Applied Research or Advanced Research Technology efforts. Proposed work under research areas 1 through 5 must address the technology developments required to achieve Phase III IHPRPT and Phase II TSSS goals. The overarching strategy of this BAA involves the use of a 5-year open-ended solicitation spanning six (6) research areas. The current solicitation is a call for the first 5 research areas of the BAA. The intent is to eventually award at least two (2) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Task Order contracts encompassing all of the first 5 research areas. The period of performance will be 5 years. All responses to the current call for proposals relative to IDIQ contracts covering Research Areas 1 through 5 must include qualifications for the contractor’s capabilities in all five research areas. The government is not seeking proposals for capabilities in one, some, or most research areas, but for all five. The contract proposals will be evaluated utilizing the Peer Review Process, in accordance with FAR 6.102-(d)(2). Each proposal will be evaluated for technical capabilities; specialized experience, education, and training; previous relevant technical performance; and management strategy and capabilities. Each selected proposal resulting from this initial call will result in the award of an IDIQ contract. Each IDIQ contract shall provide a minimum guaranteed amount of $250,000.00 of work to be accomplished under that contract during the lifetime of the contract. All work will be defined in individual Task Orders issued under the various IDIQ contracts. This acquisition involves technology that has a military or space application. It has been determined that limitation of foreign participation is appropriate. Foreign owned, foreign governments, or foreign nationals are prohibited from participation as a prime or sub-contractor in this effort. In addition, the Export – Controlled Data Restrictions clause AFMC FAR 5352.227-9000, and Visit Request by Foreign-Owned or Controlled Firms clause AFMC FAR 5352.227-9002 shall be included in any resulting contract and flowed down to subcontractors at all tiers. This prohibition does not preclude the contractor or subcontractors from procuring required raw materials from foreign sources, but the foreign source is not permitted to participate in any of the technical development effort awarded under this announcement. This acquisition is full and open competition. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-DEC-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AFFTC/Reference-Number-BAA-05-01-PKTA/listing.html)
 
Place of Performance
Address: Edwards AFB, CA
Zip Code: 93524
Country: USA
 
Record
SN00944119-F 20051204/051202214237 (fbodaily.com)
 
Source
FedBizOpps 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.