Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

18 -- Eastern and Western Range Spaceports #3

Notice Date
3/25/2009
 
Notice Type
Presolicitation
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA8818-09-R-0001
 
Archive Date
4/25/2009
 
Point of Contact
Matthew C. Jeffery,, Phone: 5058533963, Mel G. Pearson,, Phone: (505) 853-3503
 
E-Mail Address
matthew.jeffery@kirtland.af.mil, mel.pearson@kirtland.af.mil
 
Small Business Set-Aside
N/A
 
Description
The Launch Test Squadron (LTS), 3548 Aberdeen Ave SE Bldg. 415, Kirtland AFB 87117 anticipates the issuance of a multiple award five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year option to Alaska Aerospace Development Corporation (AADC), Spaceport Systems International (SSI), Mid-Atlantic Regional Spaceport (MARS), and Space Florida (SF) in support of the Spaceport 3 program. As a result of market research and responses to the Sources Sought Notice issued 19 June 08 these four sources are the only vendors capable of providing the required spaceport support and no other supplies or services will satisfy agency requirements under the authority of FAR 6.302-1. Additional market research will be conducted prior to exercising the aforementioned option period. A Class J&A authorizing a sole source negotiation with the above listed contractors was signed on 24 Feb 09. Any responsible persons or companies interested in providing subcontracting opportunities are to respond to the requirements and submit their capability statement, proposal, or quotation to the above listed contractors. The purpose of the spaceports program is to provide enhanced capability and flexibility in commercial spaceport services in order to meet a wide variety of mission requirements for LTS's multi-stage orbital and sub-orbital vehicles. "Spaceport 3" contractors will be required to provide launch site operations support, range/range integration support, logistics support, facility engineering and utilization, and program support. Depending on the mission, the government may provide selected ground handling, launch, and support equipment as Government Furnished Equipment (GFE). The Government anticipates four contract awards to the above mentioned contractors in August 2009 with an estimated program value of $48,000,000 for the Spaceport 3 effort. Interested vendors should contact the above mentioned contractors for sub-contracting possibilities. This synopsis is for information and planning purposes only. It does not constitute an RFP and is not to be construed as a commitment by the government. The Government will not reimburse respondents for the cost of submitting information in response to this notice. Questions pertaining to this announcement shall be directed to Matthew Jeffery, Contract Specialist, SMC SDTW/PKN at (505) 853-3963, email matthew.jeffery@kirtland.af.mil, (fax (505) 846-6387). An ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the ombudsman shall maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the ombudsman SMC/DS Col David A. Sutton at (310) 653-2481. Note 22 applies.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9c50123b12e09baa78dea5bda59c5cac&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's facility and at various launch sites as listed in the description., United States
 
Record
SN01777151-W 20090327/090325215440-9c50123b12e09baa78dea5bda59c5cac (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.