Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2010 FBO #3053
SOURCES SOUGHT

A -- Vector Fluxgate Magnetometer (VMAG) R&D Eng Svs

Notice Date
4/2/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL, Space Vehicles Directorate, Kirtland AFB, 2251 Maxwell Ave, Kirtland AFB, New Mexico, 87117
 
ZIP Code
87117
 
Solicitation Number
FA9453-10-R-0003
 
Point of Contact
Francis M. Eggert, Phone: 5058467603, Victoria E. Baca, Phone: 5058460946
 
E-Mail Address
Francis.Eggert@kirtland.af.mil, Victoria.Baca@kirtland.af.mil
(Francis.Eggert@kirtland.af.mil, Victoria.Baca@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
2 Apr 10 VMAG SOURCES SOUGHT ANNOUNCEMENT Synopsis: This is a SOURCES SOUGHT NOTICE to determine the availability of industry and academic sources with the capabilities and capacity to provide Applied Research Engineering Services with respect to the Air Force Research Laboratory Demonstration and Science Experiments (DSX) Vector Fluxgate Magnetometer (VMAG) payload program (AFRL DSX VMAG). The VMAG payload is a major spacecraft system under spacecraft integration for DSX. Engineering services will be required through pre-launch activities, such as assembly, integration, and testing (AI&T); launch, and post-launch activities such as early orbit checkout, Status Of Health (SOH), and data analysis/reduction for one year post-launch. Engineering services must be provided by an offeror with an intimate and demonstrable working knowledge of the VMAG instrument. This knowledge is vital to the success of the DSX mission, continuing highly-specialized support services that are required for the VMAG payload as a major spacecraft system. The scope of support will require understanding the history of the VMAG manufacturing efforts, full operation and testing procedures and all testing results, calibration methods, calibration procedures, and calibration verification techniques used for the payload. The offeror will provide engineering services that are necessary for maintenance, data reduction, data analysis and monitoring the health of the DSX VMAG payload. The period of performance of this follow-on is expected to be approximately 60 months from the date of award, and is expected to be divided into six (6) tasks as outlined below. (1) Integration & Test. On-going spacecraft assembly, integration, and testing (AI&T) activities; program requires engineering services for the VMAG payload, located at Kirtland AFB, during payload integration onto the spacecraft, spacecraft assembly and spacecraft integration and testing. This includes, but is not limited to, test data evaluation, diagnostics evaluations for anomalies or failures related to VMAG during spacecraft integration as a result of testing of VMAG at the unit level, VMAG subsystem level, and/or completed spacecraft level, as required by the DSX Project Manager (PM). It is expected that rigorous thermal, vibration, and shock testing will be performed at the spacecraft level. In addition, currently ongoing concept of operations (CONOPS) planning and the development of VMAG-specific scheduling, commanding and data reduction software will continue. (2) Pre-launch Activities & Testing. The DSX Program performs pre-launch activities and testing as it relates to the VMAG payload. The DSX Program will require engineering services as needed for the VMAG payload in the pre-launch activities, including launch vehicle integration and testing and pre-launch rehearsals. (3) Launch Operations & Other Activities. DSX launch operations for activities related to the VMAG payload. (4) Early Orbit Checkout. DSX Program performs early orbit-check of the DSX spacecraft and the VMAG payload. Engineering services for VMAG during the intense period of early orbit check-out related to the VMAG instrument is required. DSX Program requirements for this period include, but are not limited to, VMAG payload turn-on and commanding consultation, monitoring of VMAG's status and health, data acquisition, and verification that the VMAG payload is ready to begin mission operations. (5) Mission Operations & Other Activities. DSX Program performs mission operations of the DSX spacecraft and the VMAG payload. Engineering services for VMAG during the mission life is required. DSX Program requirements for this period include, but are not limited to, monitoring of VMAG's status and health, commanding and scheduling consultation, data acquisition and quality of data verification, and verification of VMAG payload mission operation assumptions. The DSX Program may require from the offeror highly specialized engineering services in anomaly resolution activities involving the VMAG payload. (6) Command, Control and ITAR. Software required to command and control the VMAG payload, as well as software required to reduce VMAG data to engineering units suitable for further analysis shall be provided to the Government contract manager without restriction. The results of all data collected and analyzed under the contract shall also be provided to the Government contract manager without restriction. The offeror will be subject to ITAR restrictions. Information regarding your organization's capabilities and capacity must be in writing and should include information relevant and specific to the above technical area, on each of the following qualifications: (1) Experience: An outline of previous similar projects, specific experience in performing the items listed above; (2) Personnel: Name, professional qualifications and specific experience of scientists and/or technical personnel who may be assigned as project director and other key positions; and (3) Any other specific and relevant information about this particular area of procurement that would improve the government's knowledge of interested organization's capabilities and capacity. Interested organizations must demonstrate and document, in any capability and capacity statements submitted, extensive experience with and the ability to perform the above tasks. Organizations should clearly demonstrate the capability and capacity to administer and coordinate interrelated tasks in an effective and timely manner. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed (include government points of contact both technical and contractual), references, i.e. names, titles, telephone numbers and any other information serving to document the organization's capability and capacity, e.g., awards, commendations, etc. NOTE!! THIS IS NOT A REQUEST FOR PORPOSALS. TO BE CONSIDERED FOR THIS SOURCES SOUGHT NOTICE, PROSPECTIVE OFFERORS MUST SUBMIT TECHNICAL INFORMATION EXPLAINING THEIR CAPABILITIES AND CAPACITIES. This notice is for planning purposes only and does not commit the Government to any contractual agreement. The Government intends to award a contract based on responses to this announcement and will solicit proposals at a later date if enough interest is demonstrated by response to this announcement. Any proprietary information should be marked accordingly. Interested organizations that believe they possess the capability and capacity necessary to successfully undertake the tasks described above should submit an original and two (2) copies of their capability statement by 16 APRIL 2010. Your capability and capacity statement must provide the following: 1) Company name and address; 2) identify your organization's business type inclusive of any and all socio-economic status (e.g. 8(a) certified program participant, small disadvantaged, veteran-owned, service-disabled veteran owned, HUB Zone or women-owned; 3) point of contact, 4) phone/fax/email; 5) NAICS Codes and 6) capability and capacity information in response to the requirement. Submit Statement of Capabilities to the personnel outlined below. All work performed under the contract will be limited to U.S. citizens only. Contracting Office Address: Det 8 AFRL/RVKB Attn: Contracting Officer, Mr. Francis M. Eggert 2251 Maxwell Ave., SE Bldg 424 (mail room - bldg 590) Kirtland AFB, NM 87117-5773 (505) 846-7306 phone (505) 846-0945 fax francis.eggert@kirtland.af.mil OR Det 8 AFRL/RVKB Attn: Contract Specialist, Ms. Victoria E. Baca 2251 Maxwell Ave., SE Bldg 424 (mail room - bldg 590) Kirtland AFB, NM 87117-5773 (505) 846-0946 phone (505) 846-0945 fax victoria.baca@kirtland.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLSVD/FA9453-10-R-0003/listing.html)
 
Place of Performance
Address: Det 8 AFRL/RVBXR, 3550 Aberdeen Ave., S.E., Kirtland AFB NM 87117-5776 and, Technical POC:, AFRL/RVBXR, Attn: 1 Lt Daniel L. Elsner, 29 Randolph Rd, Hanscom AFB MA 01731-3010, Phone: 781-377-9971, FAX: 781-377-3550, E-mail: daniel.elsner@hanscom.af.mil, 3550 Aberdeen Ave. S.E., New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02111238-W 20100404/100402235006-2df771e05219bc0f23640504c50f5b13 (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.