Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
SOURCES SOUGHT

14 -- Rentry System Test Set Vacuum System

Notice Date
3/1/2010
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8204-10-S-RSTSVS
 
Point of Contact
Dee C Rose, Phone: 8015862580
 
E-Mail Address
Dee.Rose@hill.af.mil
(Dee.Rose@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RSTS Vacuum System/Power Supply Refurbishment ________________________________________ ________________________________________ General Information Document Type: Sources Sought Synopsis Posted Date: 1 March 2010 Category: Guided Missiles Contracting Office Address Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, 526 ICBMSG/PKA 6014 Dogwood Ave (Bldg 1258), Hill AFB, UT, 84056-5816 Description This announcement constitutes a sources sought synopsis for purposes of conducting market research. The Government intends to establish a new contract for the refurbishment of the Reentry System Test Set (RSTS) Vacuum System and Power Supplies. The parts to be refurbished are (partial list): RSTS Vacuum System/Power Supply Refurbishment Initial Parts list Part Number Noun NSN 67D56263G13 RSTS 1190 010561969 67E54120G6 CONSOLE N/A Vacuum Subsystem (23) 67E54104G2 DRAWER 1190 010401074 67E54139P1 CHASSIS N/A R2306P3 PUMP 4310 004647714 67A55290P1 MOUNT N/A A6852 CAPACITOR 67A55881P1 TRANSDUCER N/A 67A53054P3 SOLENOID 4810 004924789 67A53053P3 SOLENOID N/A 67A53076P2 FILTER N/A 67A55311P1 SOCKET 5935 004353127 67D54051G1 SOFT SWITCH 5999 004868694 67D54091G1 SOFT SWITCH 5930 004423420 67A53945G1 TUBE ASSY N/A 67A53945P1 TUBE N/A 67A53926P1 TUBE N/A 67A53909G1 TUBE ASSY N/A 67A53909P1 TUBE N/A 67A53910G1 TUBE ASSY N/A 67A53910P1 TUBE N/A 67A53912G1 TUBE ASSY N/A 67A53912P1 TUBE N/A 67B53969G1 TRANSISTOR 5961 004358667 Forward Section Seal Cap (7) 68D50172G1 FORWARD SECT SEAL CAP 1190 011974615 75D50305G8 ADAPTER KIT 1190 011292180 77E48479G1 SEAL CAP 1190 010638401 68A52126P2 CAP N/A 68C49821G2 HOSE & CUP 4720 010750319 77C48554G1 CABLE 1190 010626442 75C50648G11 CABLE 5935 010762276 Power Supply Drawers (15) 67E54107G1, G2, G3, G4 POWER SUPPLY DRAWERS N/A 67A53052P1, P2, P3, P4, P5 POWER SUPPLIES N/A 67E56308G1 WIRING DIAGRAM N/A 67E56306G1 WIRING DIAGRAM N/A 67E56309G1 WIRING DIAGRAM N/A 67E56307G1 WIRING DIAGRAM N/A 67E54116G1 STRUCTURE CHASSIS N/A 67A55330P1 RELAY 5945 004863544 67A55329P1 RELAY N/A 67D56272G1 BLOWER ASSY N/A 67A53067P1 BLOWER 4140 004022953 67A53079P1 CAP 5910 004423419 67E54116G1 CHASSIS N/A 67D54054G1 SOFT SWITCH 5905 004202300 67D54051G1 SOFT SWITCH 5999 004868694 Response Switching Unit (6) 67E54146G1 RESPONSE SWITCHING UNIT 1190 001758982 67E56311G1 WIRING DIAGRAM N/A R2040P7 RELAYS N/A 66A48016P1 SOCKET N/A 67D54051G1 SOFT SWITCH 5999 004868694 67D54091G1 SOFT SWITCH 5930 004423420 RSTS Hour Meter 67E54120G6 CONSOLE N/A Console (2) 67A53068P2B, P2G, P2R UNIT OPERATOR SWITCH N/A 67A53088 LAMP N/A The Air Force is in the process of preparing a Justification and Approval document to gain the required approval to issue a sole source request for proposal to Lockheed Martin Space Systems Company Valley Forge (LMVF). Statutory authority is 10 U.S.C. 2304 (C) (1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302-1. LMVF is currently the only qualified source that has the requisite skills, equipment, capabilities, system expertise, and resources to accomplish the required refurbishment and testing of these items. Subject to the Government's consideration, a viable source, not already qualified to provide the requisite services, should submit a concise and program specific response presenting sufficient information to substantiate that they have 1) the necessary knowledge and understanding of the requirements; 2) facilities, support equipment and employees with satisfactory qualifications; and appropriate management, and engineering experience with the Reentry System Test Set (RSTS) specifically and the Minuteman III ICBM program in general to be able to conduct the engineering/technical services (including testing and trouble shooting) requirement without technical, schedule or cost risk. In addition, any viable sources, not currently qualified, will conduct a demonstration of capability prior to award of contract. The response shall describe the potential offeror's qualifications in the following areas: 1) ICBM Re-entry programs. Describe current and past Minuteman III Re-entry program experience and relevance to the services described herein. Describe knowledge of and experience with handling of Nuclear Weapons Related Material; 2) Management System. Describe the management approach to be employed on the program; 3) Personnel Experience. Describe the qualifications of personnel projected to work on this program. Management, engineering, and technical personnel should have experience on ICBM Re-Entry systems, including the details of those programs/contracts worked; 4) Facilities. Demonstrate that the facilities to be used in this effort meet the hardware storage requirements in terms of environment and security safeguards; 5) Demonstration of Capability. Describe the plan (and schedule), prior to contract award, that demonstrates the potential offeror's capability to perform all tasks required. This notice of intent is not a request for competitive proposals. The Air Force will not pay for either the effort or the associated costs to respond, or for any information provided. A determination by the Government not to compete this proposed contract based upon responses to information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses must be submitted by 23 March 2010 to 526 ICBMSG/PKA, ATTN: Dee Rose, 6014 Dogwood Ave, Bldg 1258 Room 25, Hill AFB UT 84056-5816, or dee.rose@hill.af.mil. No phone or FAX requests will be accepted. Original Point of Contact Dee Rose, Contract Negotiator, Phone 801-586-2580, Fax null, Email dee.rose@hill.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8204-10-S-RSTSVS/listing.html)
 
Record
SN02078897-W 20100303/100301234503-98045a506f713fa05ad3283a55533606 (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.