Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2006 FBO #1685
MODIFICATION

B -- NEAR SPACE VEHICLE PLATFORM ANALYSIS FOR THE SPACE AND MISSILE DEFENSE BATTLE LAB

Notice Date
7/6/2006
 
Notice Type
Modification
 
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
The combined synopsis/solicitation number W91260-06-T-0015 is revised to read as follows: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional informati on 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 Acquisition 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 copy 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 fu lly articulate and demonstrate technical/functional capabilities offered. Catalog cut sheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quot e. 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 07 30 and 1630 MT. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this 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 business 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: (1) Requisite Skills. Aerospace vehicle system model ing and simulation, atmospheric modeling (Near Space), systems integration, and energy conversion science, (2) Organizational Relationships with Key Organizations. Existing relationships with Air Force Space Command, the Space Innovation and Development C enter, National Laboratories, Universities, Think Tanks, etc. (3) Geographical Proximity-- Location within the Colorado Springs area, (4) Facilities and Equipment to support required analysis. Examples of this equipment are : (a) High-Altitude Atmospheric Research Lab (including high-altitude research vehicles), and (b) Flight Dynamics & Control Laboratory- including Near Space mission support software. PROPOSAL PREPARATION 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. Spe cial attention 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 a nd Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Con ditions-Commercial Items, applies to this acquisition. FAR clause 52.212. -5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 5 2.222-26, 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 Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003, Br and 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 D ata; 252-247-7024, Notification of Transportation of Supplies 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, C olorado 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, it 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, Mountain Time, 7 July 2006. The point of contact for all information regarding this acquis ition is Steven Butler at (719) 554-1989, fax (719) 554-8405/8442 or at e-mail steven.butler@smdc-cs.army.mil. Statement of Work For Near Space Vehicle Platform Analysis. The Space and Missile Defense Battle Lab (SMDBL) located in Colorado Springs has a re quirement for Near Space Vehicle Platform analysis. The Statement of Work (SOW) is as follows: Period of Performance: 365 days (1 year) from the date of award of the contract. Deliverables: Written Final Report submitted to the SMDBL in hard copy and elect ronic format no later than 365 days (1 year) from the date of award of the contract, plus oral presentations on progress approximately every 90 days, beginning 90 days from the date of award of the contract. The reports shall be delivered with unlimited da ta rights as defined in DFAR 252.227-7013, Rights in Technical Data--Noncommercial Items. Technical tasks to be performed: (1) Perform a quantitative Survey of Potential Power Sources and storage medium for future Near Space Platforms - Proposed sources fo r propulsion and payload power for advanced near-space platforms include photovoltaic cells, various fueled engines, fuel cells and batteries. Examine unique strengths and weaknesses of each technology in areas such as energy density, power density, longe vity, and scalability. Quantitatively compare various power technologies, and identify crossover points, for use in preliminary design tools. Estimate and project Technology Readiness Levels for potential technologies. Estimate and project key performanc e parameters. (2) Perform data mining and compile existing weather data at altitudes above 65,000 feet to develop statistical meteorological models. (3) Assess the Gliding Range of Un-powered Payload-Return Vehicle  For an un-powered fixed-wing vehicle us ed for returning a payload from near space, maximum gliding range is an important mission-performance parameter. Use glide vehicle configurations selected with SMDBL to develop estimates of maximum range through the application of trajectory-optimization techniques, and by considering the possible utility of wind gradients and thermals for extending range.
 
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
SN01083780-W 20060708/060706221050 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.