Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
SOURCES SOUGHT

A -- Space Technology Research and Integrated Vehicle Experiments (STRIVE) is the follow-on to AFRL's Space Technology Research, Analysis, Integration & Test (STRAIT) Program.

Notice Date
3/16/2011
 
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
FA945311R0285
 
Archive Date
4/9/2011
 
Point of Contact
Ann Preece, Phone: 505.846.4577, Melissa Brown, Phone: 505.853.4755
 
E-Mail Address
ann.preece@kirtland.af.mil, melissa.brown@kirtland.af.mil
(ann.preece@kirtland.af.mil, melissa.brown@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis For Space Technology Research and Integrated Vehicle Experiments (STRIVE) This is not a Solicitation announcement. This is a Sources Sought Synopsis and Market Research Survey to locate qualified business concerns for the procurement of Space Technology Research and Integrated Vehicle Experiments (STRIVE) for the Air Force Research Laboratory, Space Vehicles Directorate (AFRL/RV) located at Kirtland AFB, New Mexico. AFRL/RV is seeking business concerns that can provide the following Research & Development support. A. REQUIREMENTS DESCRIPTION The objective of this request is the provision to the Air Force Research Laboratory's Space Vehicles Directorate, Integrated Experiments and Evaluation Division (AFRL/RVE, henceforth ‘RVE') of the required research, engineering, technical, and program management to perform aerospace technology research, analysis, integration, and test and evaluation in support of the Air Force mission. RVE conducts innovative research and development of near-space and spaceflight experiments by the engineering, integration and testing of components and subsystems through system-level integration and test, and experiment mission operations. Components and subsystems typically include power, structures, mechanisms, data processing, ground support systems, optics, electronics, guidance, navigation, and controls. The Government seeks program management and technical support in the following functional areas: • Engineering • Design, Fabrication and Assembly • Integration and Test • Mission Development • Program Management • Integration and Test Facility Support These functional areas involve support of ground support systems, spacecraft, high altitude balloon payloads, launch vehicles, subsystem/component design, analyses throughout the research and development system engineering process, design optimization and review, testing and evaluation, deployment of experimental and proto-operational assets, and transition. Concurrent with these functional areas, technical support is required in the area of information systems in order to fully integrate and execute spacecraft, ground, or high altitude balloon experiment integration, test, and mission development. Performance shall be conducted at the AFRL/RV operating locations at Kirtland AFB, NM, Holloman AFB, NM and at field sites or at the contractor's facilities. 1. Engineering 1.1 The contractor shall execute system engineering and provide appropriate documentation to be applied to research, development, and design of components, subsystems and fully integrated aerospace systems for flight experiments and test support equipment. This systems engineering approach is integral to the development and execution of a flight experiment. 1.2. Engineering shall include: • electrical engineering, • mechanical engineering, • test instrumentation design, • modeling, • functional and environmental tests, • data reduction and analyses, and • development and fabrication of ground support equipment, including appropriate documentation. The basic mechanical, electrical, information system, fabrication design and planning, shall also encompass: • electronic circuit or power systems, • structures and mechanisms, • communications systems, • data acquisition, data processing, and information systems, • subsystem and system modeling, • subsystem and system integration, • component-to-system testing, • troubleshooting, • setup of test and fabrication equipment, and • calibration of test equipment, as may be required in any flight experiment, related systems engineering study, or related research and development. 1.3 The contractor shall identify and analyze safety hazards in the work area, both real and potential, for their elimination or control. The contractor shall prepare all necessary related documentation. 1.4 The contractor shall identify and analyze all environmental health hazards in the work area, both real and potential, for their elimination and control. The contractor shall prepare all necessary related documentation. 2. Design, Fabrication and Assembly The contractor shall design, analyze, draw, document, fabricate, assemble, inspect, environmentally test, and validate parts, subassemblies, components, test support equipment, fixtures and aerospace/ground systems. Performance requires expert knowledge in the design, fabrication, and/or assembly of aerospace and spaceflight-quality parts/components. The contractor shall participate in concept and design reviews and technical interchange meetings. 3. Integration and Test 3.1. The contractor shall perform integration and testing at field locations, test ranges, government locations, and various contractor locations. The contractor shall mechanically and electrically integrate the various systems, hardware, and software that are integral to space-flight, high-altitude balloon flight, or ground-based experiments. The contractor shall resolve any related system and subsystem incompatibilities. 3.2. The contractor shall perform test planning and procedures development, test design and fabrication, test preparation and coordination, test software development, test execution, data reduction and analysis, and documentation of the related test results. The contractor shall provide or arrange sufficient and appropriate equipment and logistics support for the test effort. 3.3. The contractor shall conduct functional and environmental testing of spacecraft, balloon, and ground components, subsystems and systems. The contractor shall perform systems-level tests to evaluate the performance of spacecraft, balloon, and ground subsystems/systems. Experimental test results shall be used to validate prior analyses and mission worthiness. 4. Mission Development 4.1. The contractor shall perform research, mission analysis, and documentation for flight or ground experiment systems to support the Government's development of mission/system requirements, objectives, constraints, and alternatives. The contractor shall provide engineering and technical support that includes: • mission planning, • safety planning and procedures, • environmental regulation and policy compliance, • test and evaluation equipment adequacy and applicability, • risk analysis and risk management, • pre-launch and launch support operations, • on-orbit, high-altitude, or ground-based experiment operations, • experiment management, and • test data acquisition, reduction, analysis, and verification. Mission analyses or evaluations shall be accomplished through experimental testing, computer simulation, and/or engineering analyses. To support such evaluations, the contractor shall provide data acquisition, processing, and analysis systems equipment, modeling/simulation computers, and/or software in support of the experiment, research, or analysis effort. Such information systems requirements shall be coordinated through the contracting officer and PRS site or Kirtland AFB approval process. 4.2. The contractor shall design, develop, implement and test software to support required tests and evaluations. This involves modifying existing software, writing and documenting new code, integrating and testing new or modified code, and maintaining the software and related databases. 5. Program Management 5.1. The contractor shall perform program management, information and process management, configuration management, resource and facility management to include property accountability, tool management and maintenance, hazardous waste management and monitoring responsibilities, quality control management, and work site cleanliness. 5.2. The contractor shall perform the duties of ITE Custodian and Equipment Manager. The contractor shall perform the duties of the Logistics Support Stock Monitor, to include support of any related physical inventories conducted by Logistics Materiel Control Activity (LMCA). 5.3. The contractor shall implement administrative, financial management and task planning functions to ensure the on-time, on-budget accomplishment of all authorized tasks. The contractor shall participate in program reviews of task orders. 5.4 The contractor shall establish and implement information and physical security programs governing their efforts in accordance with the applicable DD254 Contract Security Classification Specification. 5.5 Government Data Systems Access Performance under this effort may require access to unclassified Air Force computer systems (standalone and networked). The contractor shall comply with local procedures for obtaining approval for employees to access required Air Force computer systems. 6. Integration and Test Facility Support The contractor shall provide the following support necessary to accomplish the foregoing efforts: facilities (to include information systems) planning and scheduling, facility operation, facility safety, facility maintenance planning, and maintenance of the integration and test equipment. 6.1 During design, fabrication, assembly, integration, and test efforts, procurement of material, equipment/hardware, data acquisition systems, and/or software shall adhere to the government's internal procurement coordination process. 6.2 Base support shall be provided by the Government to the Contractor. Base support will include Government-controlled working space, material, equipment, and support. All base support in the possession of the Contractor shall be managed in accordance with a base support clause. The contractor shall operate and maintain all base support integration and test equipment in accordance with applicable manufacturer's specifications and/or Air Force technical orders. B. GENERAL INFORMATION This effort contains one Statement of Work (SOW) with six functional areas that will be used for the basic contract. One Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contract with Cost-Plus-Fixed-Fee Completion task orders is anticipated. The anticipated contract ceiling is $100M over a five-year period. The total value of all task orders issued as a result of this effort should not exceed $100M for the duration of the contract. Potential small business sources are being sought who can provide a range of support, either in-house or through prospective subcontractors. Contract Teaming Arrangements are desirable if they offer the Government the best combination of performance, cost and delivery. The affiliation rule allows a set-aside when there is an expectation of two or more competitive offers from small business teams (small business as prime contractor with small and large business subcontractors) when at least 50%of the effort will be performed by the collective efforts of all small business members of the team. Based upon the evaluation of the responses, the Government reserves the right to set-aside this acquisition for participation by small businesses, qualifying 8(a), and service disabled veteran businesses. C. STATEMENT OF CAPABILITY PREPARATION INSTRUCTIONS Interested/qualified small business offerors who can provide the requirements in accordance with Section A above are invited to submit a written Statement of Capability (SOC). The SOC is limited to 10 pages (12 pitch or larger), single-sided, 8.5 by 11 inch pages. The page limitation does not include resumes. An original SOC and three copies must be sent to the Contracting Officer at Det 8, AFRL/RVKI, 2251 Maxwell SE, Kirtland AFB NM 87117-5773, no later than Noon (Mountain Daylight Time (MDT)) on 25 March 2011. Include in the SOC any other specific and pertinent information as it pertains to this effort that would enhance the Government's consideration and evaluation of the information, name and address of offeror, name, phone and fax number of point of contact(s), CAGE and NAICS codes and cognizant ACO name and phone number. All small businesses submitting SOCs should indicate whether they are a small, small disadvantaged (not 8(a) certified), 8(a), woman-owned, or service disabled veteran business. The NAICS Code for this effort is 541712, size standard of 500 employees. Submissions by e-mail or fax will not be accepted. LARGE BUSINESSES SHOULD NOT SUBMIT A STATEMENT OF CAPABILITY. D. EVALUATION CRITERIA FOR STATEMENT OF CAPABILITIES The following criteria will be used in evaluating all SOCs received in response to this synopsis: (1) Experience in the past five years in R&D related to technologies similar to those conducted at AFRL/RV as described in Section A - Requirements above. Include name of program, contract number, description of product or service, period of performance, customer name and phone number and contract value; (2) Availability of an adequate number of qualified personnel to locally support the effort with the ability to accommodate significant fluctuations based on AF programmatic and monetary variations while mitigating any significant technical and/or cost impact to the Government, and (3) Demonstrate (a) that the small business members of the team will perform at least 50 percent of the cost of contract performance, and (b) a contract management structure that allows for a single organization accountable for total performance responsibility. E. ADDITIONAL INFORMATION 1. Foreign-owned firms are advised they will not be allowed to participate at the prime contractor level. 2. The operations, research, test data, and technical information produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act (Title 22, USC, Section 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, USC, App. 40-1, 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 Information Service, Federal Center, 74 Washington Ave., North, Battle Creek MI, 49017-3084 as soon as possible. 3. To be eligible to receive an award of any contractual document, a firm is to be registered in the DoD Central Contractor Registration Database. 4. An Ombudsman has been appointed to hear concerns from potential offerors during the proposal development phase for this effort. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Before contacting the Ombudsman, potential offerors should first communicate with the contracting officer for this acquisition. If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Ms. Sue Hunter; 1864 4th Street, Building 15, Room 225; Wright-Patterson AFB OH45433-7130; Phone: 937-904-4407; FAX: 937-904-7024; Email:Sue.Hunter@wpafb.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the award process. 5. Availability of any formal solicitation will be announced separately. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation and no solicitation package exists at this time. No contract will be awarded as a result of this sources sought synopsis, which is for information purposes only. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLSVD/FA945311R0285/listing.html)
 
Place of Performance
Address: Kirtland Air Force Base, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02402588-W 20110318/110316234949-9d4bb3821e73326045602f51c3460277 (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.