Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
SOURCES SOUGHT

18 -- ORS Integrated Payload Suite

Notice Date
7/13/2010
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle 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
FA8818-10-R-0029
 
Archive Date
8/12/2010
 
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
(matthew.jeffery@kirtland.af.mil, mel.pearson@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought notice replaces special notice (Sol # FA8818-10-R-0031) posted on 24 Jun 10 and cancelled on 13 Jul 10. The Launch Test Squadron (LTS), at Kirtland AFB, N.M. is conducting market research as they contemplate issuance of a contract for the ORS Integrated Payload Suite (IPS) mission. The objective of the mission is to integrate and launch the ORS Integrated Payload Suite (IPS) no later than 12 months after authority to proceed. The required services are delineated in the mission requirements document (MRD). The government reserves the right to provide select ground handling, launch, and support equipment as Government Furnished Equipment (GFE). Anticipated contract award is 1Q FY11 and the applicable NAICS for this acquisition is 336414 with a small business size standard of 1000 employees. Interested vendors should submit a written Statement of Capability (SOC) to this office, expressing their desire and ability to meet IPS mission requirements. The SOC shall contain pertinent and specific information addressing the following areas: (1) Experience: an outline of previous launches, specific work previously performed or being performed and any in-house development effort, relevant to the specific task areas of this effort as defined in the MRD; (2) Facilities: availability and description of facilities that may be used in the task under consideration; also a statement regarding industrial security clearance and facilities to support work at the SECRET level. Note that the facilities must have licenses or demonstrate the ability to obtain licenses from appropriate authorities (e.g. FAA) to perform launches of multi stage suborbital and orbital vehicles. Responses must also contain information demonstrating the interested contractor's ability to meet the technical requirements identified in the MRD. The contractor should submit only unclassified information. If you are interested only in subcontracting possibilities, please indicate this clearly in your submission. Initial award of any resultant contract, if any, is anticipated by 1Q FY 11. Foreign vendors interested in submitting a SOC may do so, but are advised that they may not be allowed to participate in this acquisition at the prime contractor level as the research and test data produced may contain information whose export may be restricted. All responses shall include the vendor's size status and socioeconomic designation (8a, women owned, veteran owned, etc.) under the applicable NAICS code 336414 with a small business size standard of 1000 employees. Interested vendors should request access to the MRD via email to matthew.jeffery@kirtland.af.mil or mel.pearson@kirtland.af.mil. Statements of Capability are limited to 10 pages, and are to be mailed to SDTW/PKN (Attn: Matthew Jeffery) 3548 Aberdeen Ave SE, Kirtland AFB NM 87117-5778. Electronic submissions are preferred and should be e-mailed to matthew.jeffery@kirtland.af.mil. All submissions must be received with 15 days after posting of this notice. Responses from small and small disadvantaged businesses are encouraged. This synopsis is for information and planning purposes only and is not to be construed as a commitment, implied or otherwise, to procure equipment or services. Future requirements and procurements are uncertain. The Government will not reimburse respondents for the cost of submitting information in response to this Sources Sought Synopsis. An ombudsman has been appointed to address concerns from interested vendors. 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/PK Mr. James H. Gill at (310) 653-1789.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-10-R-0029/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02204076-W 20100715/100713235100-d64bc9a51100e8bfd77160adf96b5bb3 (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.