Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2007 FBO #1906
SOURCES SOUGHT

A -- Ground-Based Fast-Tracking Steering 1.6 M Telescope for Low Earth Oribt at USAF Academy

Notice Date
2/12/2007
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA7000-07-1.6
 
Response Due
3/15/2007
 
Archive Date
3/15/2007
 
Description
1.6 Meter Telescope/Source Sought Synopsis. This synopsis is a Source Sought Notice ONLY. This is NOT a request for proposal (RFP). NO solicitation is being issued at this time, and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided by industry to the Government as a result of this sources sought notice is voluntary. Responses will not be returned. No entitlement to payment or direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses to the Government. The information obtained from industry?s responses to this notice may be used in the development of an acquisition strategy and future RFP. In the following sources sought synopsis the The US Air Force Academy (USAFA) has acquired a 1.6 meter segmented parabolic mirror, together with supporting optical and electronic components. We wish to transform the central segment of this mirror (a hexagon approximately 1.6 meters across) into a ground-based fast-tracking/steering telescope for low earth orbit (LEO) satellite imaging. In addition, the potential contractor will construct a small building to house the telescope, with required HVAC and electrical support. This structure will be located at USAFA (Colorado Springs, CO), near our existing observatory, and will be surmounted by a dome to be constructed by the contractor to provide climate protection for the telescope. It is the Government?s intent to have one primary contractor, who will oversee the design and construction of this requirement, though the ?dome? portion of the project, as well as others, may be subcontracted. After separation from its existing supports and recoating, the parabolic mirror will be provided to the potential contractor as GFE. The mirror was originally constructed as part of the Large Aperture Mirror Program (LAMP), and consists of 7 segments (a central hexagon and 6 "petals"). It is made of 17mm thick Ultra-Low Expansion glass and has a focal length of 5m. The designer and builder of the "telescope" portion of the project will be required to construct the fast steering mount, primary mirror support (cell), truss (to support the secondary mirror), secondary mirror and assembly, tertiary mirror and assembly, and two Nasmyth-style instrument platforms, together with the control electronics necessary for this system. In addition, the successful bidder will be required to interface the telescope control electronics with those of the dome (so the dome is fully operational). The contractor will also be expected to provide operation and maintenance training as well as detailed documentation. It is anticipated that this requirement will be a design build, and the primary contractor will work closely with other contractors as well as the Government when constructing the dome, pier (telescope foundation), and observatory building itself, in order to ensure that the specifications are met. Potential sources must provide the following information: 1. Evidence that they have completed similar type of work, including design, construction, and integration of telescopes of this scale and capability. 2. Ability to subcontract as necessary to qualified sources, and to oversee such subcontracts. Alternatively, the ability to team with other contractors on the original proposal to accomplish same. 3. History of completion of similar projects on schedule and within original budget. 4. Evidence of relevant expertise on team, including, but not limited to, qualified optical engineers, software engineers, and mechanical/structural engineers. 5. While the telescope is not envisioned as an operational AF asset, the telescope will primarily be used for satellite imaging and other Space Situational Awareness (SSA) activities. Accordingly, we require evidence of substantial experience (3 years or more) working in these areas, and evidence of awareness of current DoD SSA operational requirements. 6. Evidence the potential contractor has engaged in this type of business for over 5 (five) years, has the necessary equipment, personnel, and financial resources to fulfill the requirements of this contract. All respondents shall indicate their size status in relation to the applicable NAICS code 5451710 (Size Standard 500 employees). Also identify and address if they are a large or small, 8(a), women owned, HUBZone, or otherwise classified as a small disadvantaged business in their response. All interested firms shall submit a capabilities package that outlines their firm?s capabilities in providing all of the above mentioned requirements. The capabilities packages should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Previous experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated. The response must not exceed 25 single-spaced, 10 point typed pages. Submit the packages within 30 calendar days after publication of this announcement to Ms. Kelly Snyder, 10 MSG/LGCA, 8110 Industrial Dr, US Air Force Academy, Colorado Springs CO 80840, telephone 719-333-2869.
 
Place of Performance
Address: USAFA Academy - Colorado Springs CO
Zip Code: 80840
Country: UNITED STATES
 
Record
SN01230579-W 20070214/070212223227 (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.