Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2006 FBO #1682
SOLICITATION NOTICE

B -- Near Space Vehicle Platform Analysis for the Space and Missile Defense Battle Lab

Notice Date
7/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-06-T-0015
 
Response Due
7/7/2006
 
Archive Date
9/5/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) Number W91260-06-T-0015. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquis ition Circular 2005-10. The Government's requirements are identified in the Statement of Work listed below. Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A c opy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products and/or services not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cut sheet s, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. Delivery/Acceptance point is US Army Space Command Battle Lab, ATTN: SMDC-RD-BL-W, 2525 Aviation Way, Colorado Springs, Peterson AFB, Colorado 80916. Government workdays are between the hours of 0730 and 1630 MT. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to thi s acquisition, with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Any interested/qualified small bus iness sources that believe they can provide the required products or services must respond no later than 1:00 PM, Mountain Time, 7 July 2006. Award is anticipated no later than 14 July 2006. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, prices and factors considered. Evaluation factors are listed in descending order of importance. The following factors shall be used to evaluate best value offers: Requisite Skills. Aerospace vehicle dynamics and control, guidance and control systems, platform and system modeling and simulation, atmospheri c modeling (near space), systems integration, and energy conversion science. 1. Organizational Relationships with Key Organizations. Existing relationships with Air Force Space Command, the Space Warfare Center, National Laboratories, Universities, Think T anks, etc. 2. Geographical Proximity-- Location within the Colorado Springs area 3. Facilities and Equipment to support required analysis. Examples of this equipment are listed below: a. Low-speed subsonic wind tunnel, with force balance and digital data a cquisition b. 30ft by 30ft Anechoic chamber, with signal generation capability, and digital data acquisition c. Prototyping machine shop d. Instrumentation Laboratory e. High-Altitude Atmospheric Research Lab (including high-altitude research vehicles) f. Flight Dynamics & Control Laboratory- including near-space mission support software g. Access to a 4X4 subsonic wind tunnel, turbine engine test cells, small sat development lab and tracking station, and the materials testing laboratory PROPOSAL PREPARATIO N INSTRUCTIONS: The Offeror shall clearly demonstrate how the services proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attenti on is directed to FAR 52.212-1 (b). Failure to submit the information se t forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifica tions-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212. -5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial I tems, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy American Act - Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreem ent Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003, Brand Name or Equal, 252.225-7001, Buy American Act and Bala nce of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data- -Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Sup plies by Sea. Offers sent via the US Postal Service should be mailed to US Army Space and Missile Defense Command, BLDG #3, ATTN: SMDC-RD-CM-S, 350 Vandenberg Street, Colorado Springs, Peterson AFB, Colorado 80914. All RFQ's not sent through the US Mail will be considered hand carried and subject to FAR 15.412. Quotes may be submitted by facsimile or email, however, i t is the responsibility of the Offeror to ensure receipt by due date and time set for receipt of proposals - see also in this respect FAR 52. 215-17, Telegraphic Bids. Offerors are responsible for ensuring proposals are received no later than 1:00 PM, Moun tain Time, 7 July 2006. The point of contact for all information regarding this acquisition is Steven Butler at (719) 554-1989, fax (719) 55 4-8405/8442 or at e-mail steven.butler@smdc-cs.army.mil. Statement of Work For Near Space Vehicle Platform Research and Analysis. The Space and Missile Defense Battle Lab (SMDBL) located in Colorado Springs has a requirement for Near Space Vehicle Platform research and analysis. The Statement of Work (SOW) is as follows: Period of Performance: 1 year after date of awar d of contract. Deliverables: Written Final Report submitted to the SMDBL no later than 1 year after date of award of the contract, plus provide oral presentations on progress to be scheduled approximately every 30 days. Technical tasks to be performed: 1. In conjunction with the SMDBL, candidate will select up to three near-space vehicle platform configurations for further analysis, either under this SOW, or under anticipated follow-on investigation. The three configurations shall be: #1 Cigar shape (simil ar to the proposed High Altitude Airship (HAA), #2 Hybrid lifting, and #3 Powered (heavier than air). These configurations are intended to be generic representations of different classes of vehicles. 2. A preliminary analysis will be performed under this s tudy of at least one of the chosen platform geometries, for the purpose of assessing the flight performance of the particular type (e.g., geometry) vehicle investigated. For the purpose of this study, flight performance will be defined in terms of time on station at 65,000 ft altitude, or above, in the presence of winds and atmospheric turbulence. 3. To support the above performance assessments, the aerodynamic characteristics affecting this performance of the selected vehicle geometries will be estimated ( also see Task 6 below). 4. Atmospheric data will be collected to support the performance analysis cited in Task 2 above. Data collection and compilation will be performed of existing atmospheric turbulence data and mean winds for altitudes above 65,000 feet, corresponding to up to three geographical locations to be selected by SMDBL. (This location(s) within CONUS) 5. A systems analysis of the available energy, a nd estimates of propulsive thrust or power available for the near-space vehicle geometries being analyzed would be performed in support of the performance assessment cited in Task 2 above. Factors to be consi dered would include propulsion efficiencies, pa yload energy requirements, environmental maintenance requirements, energy generation and storage rates and efficiencies, altitude and station-keeping specifications. 6. Where aerodynamic data (Task 3), atmospheric data (Task 4), and/or energy and propulsiv e efficiencies (Task 5) are available from SMDBL, that data will be evaluated by candidate and used as appropriate. No experimental efforts are anticipated under this study for the generation of these data. 7. Based on the results of the investigations lis ted above, additional studies of particular importance or relevance will be identified and recommended. These additional studies might be undertaken as a follow-on to this study, or suggested as augmentations to this study, performed in parallel.
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
Country: US
 
Record
SN01082326-W 20060705/060703220404 (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.