Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2009 FBO #2799
SOURCES SOUGHT

A -- Flexseal Modified MMII SR19 Rocket Motor

Notice Date
7/24/2009
 
Notice Type
Sources Sought
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
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
FA8818-04-D-0018-P00009
 
Archive Date
8/15/2009
 
Point of Contact
James R. Jefferis, Phone: 5058464597, Arthur C Trader, Phone: (505) 853-7664
 
E-Mail Address
james.jefferis@kirtland.af.mil, arthur.trader@kirtland.af.mil
(james.jefferis@kirtland.af.mil, arthur.trader@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this contract modification is to extend the period of performance of the basic contract by 12 months to 30 September 2010. The Air Force Space and Missile Systems Center, Space Development and Test Wing, Launch Test Squadron (SMC SDTW/LTS), Kirtland AFB, Albuquerque, NM anticipates the release of a non-competitive modification to an existing Minuteman II Stage 2 SR19 contract. The contract is to provide modified Minuteman II (MMII) Stage 2 SR19-AJ-1 Rocket Motors that have the ability to operate with sufficient control authority at sea level and low altitude operation. The Flexseal Modified MMII Stage 2 SR19-AJ-1 Rocket Motor (SR19-Mod) is used to support Rocket Systems Launch Program (RSLP) flight tests. Submissions in response to this synopsis must demonstrate significant expertise in the following areas and provide data substantiating each requirement: (1) Ability to provide modified Minuteman II (MMII) Stage 2 SR19-AJ-1 Rocket Motors that have the ability to operate with sufficient control authority at sea level and low altitude operation. (2) Extensive knowledge of and experience complying with: • User's Handbook for the SR19 Rocket Motor as Modified with a Flexseal Nozzle for • Sea Level Operation, RSLP-94-110 • Explosive Safety Standards, AFMAN 91-201 • Rocket Motor SR19-AJ-1 USAF Series LGM-30F/G, Technical Order 2K-SR19-3 (3) Ability to test a sample of the propellant/liner/insulation flap from the aft end of the motor to assess bond-line capability. (4) Ability to perform the gel filler fraction and swelling ratio chemical tests. (5) Ability to perform drain/purge/refill and re-ATP of an aging pressure vessel and reservoir assembly, including replacement of expended squibs, as required. (6) Ability to accomplish bulk motor cork and adhesive removal to within 8.25 +/- 0.25 inches of the SR19 aft skirt flange in accordance with attached drawing 49029514. (7) Ability to provide engineering studies, analyses, and technical support for programs utilizing SR19-Mod to assess mission assurance based on mission objectives. (8) Ability to repair the aft insulation flap to propellant in accordance with drawing and specification requirements. RESPONSES TO THIS SYNOPSIS MUST BE RECEIVED NO LATER THAN 7 DAYS AFTER PUBLICATION. THE 7-DAY RESPONSE TIME IS REQUIRED DUE TO CRITICAL PROGRAM SCHEDULE. RESPONDENTS NOT MEETING THE ABOVE REQUIREMENTS WILL NOT BE CONSIDERED. ALL POTENTIAL OFFERORS MEETING THE ABOVE REQUIREMENTS MUST SUBMIT A WRITTEN STATEMENT OF CAPABILITIES (SOC) TO THIS OFFICE. Responses from small and small, disadvantaged businesses are encouraged. The SOC shall contain pertinent and specific information addressing the following areas: (1) Experience: an outline of previous projects, specific work previously performed or being performed and any in-house research and development effort relevant to the specific task areas of this effort. (2) Personnel: name, professional qualifications, and specific experience of scientific, engineering and program management personnel who might be assigned to work in areas of the subject effort. Any SOC not addressing all the above requirements will be rejected for the purposes of making set aside determinations. The SOC must be submitted within 7 calendar days of this publication, and is limited to 25 pages excluding resumes. Submit only unclassified information. All potential offerors shall include company size status under the Standard Industrial Classification (SIC) code identified below. Submit all responses to this synopsis to SMC SDTW/PKS, Attn: Mr. Arthur C. Trader, 3548 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776. The effort is anticipated to be awarded on a Firm Fixed Price basis. For this proposed acquisition, the definitions in FAR 19.001 and small business size standard for NAICS 336415, size standard 1000 employees apply. The research and test data produced under a resultant contract may contain Militarily Critical Technology List (MCTL) information whose export is restricted by the Export Control Act (Title 22, U.S. Sec 2751, et seq) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq). Only those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. Request certification and registration from the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49106-3412 as soon as possible. This announcement is for information and planning purposes only. It does not constitute a Request for Propoal (RFP) and is not to be construed as a commitment by the Government. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels during the proposal development phase of this acquisition. Potential offerors should communicate first with the Contracting Officer to request information, pose questions, and voice concerns before contacting the Ombudsman. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact: Center/MAJCOM Ombudsmen Mr. James H. Gill 483 North Aviation Boulevard El Segundo, CA 90245 (310) 653-1789. For contracting issues, please contact SMC SDTW/PKS, James R. Jefferis/505-846-4597.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-04-D-0018-P00009/listing.html)
 
Place of Performance
Address: Highway 50 and Aerojet Road, Rancho Cordova, California, 95670, United States
Zip Code: 95670
 
Record
SN01886475-W 20090726/090724235747-35e506e7f1c82cf2f9d2cf42247baa60 (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.