Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2014 FBO #4465
SOURCES SOUGHT

A -- Terminal Phase Experiment

Notice Date
2/12/2014
 
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 Space Command, SMC/PKO, 483 N. Aviation Blvd, El Segundo, California, 90245-2808, United States
 
ZIP Code
90245-2808
 
Solicitation Number
14-039-XR-Terminal_Phase_Experiment
 
Archive Date
3/31/2014
 
Point of Contact
Jasper Simmons, Phone: 3106539650
 
E-Mail Address
jasper.simmons.1@us.af.mil
(jasper.simmons.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
I. Description / Purpose: I.1. The Space and Missile Systems Center (SMC), Development Planning (XR) Directorate, Los Angeles Air Force Base, California is exploring the feasibility of pursuing advancements in hypersonic technologies through a series of sounding rocket flights. The goal of the flights is to develop, mature, and test next-generation technologies needed for maneuverable, hypersonic flight for a variety of missions. The sounding rocket flights seek technological advances particularly in the areas of next-generation vehicle shapes, precision guidance, navigation, and control (GN&C), maneuverability, and enhanced range and data collection methods. The ultimate goal of the flight program is to address technical challenges and improve understanding of terminal phase performance of hypersonic flight vehicles. The government believes a low-risk, incremental approach using multiple sounding rocket flights can offer a cost effective method for executing this type of technology development. SMC currently envisions a series flights of the same flight vehicle using differing trajectories and ranges to evaluate various objectives. Together, the series of flights are referred to as the Terminal Phase Flight Experiment (TPFE). Since SMC's primary focus is on vehicle performance after separation from the booster, it is envisioned that industry's participation is primarily dedicated to design, development, manufacturing, and instrumenting of the flight vehicle and GN&C system. To assist in bounding the TPFE and enable collection of data of interest, the government has established a set of broad parameters that respondents will need to demonstrate an ability to meet with their proposed concept and approach. The objectives and parameters of the TPFE are considered FOR OFFICIAL USE ONLY. Please contact 1Lt Jasper Simmons at jasper.simmons.1@us.af.mil with the following information to gain access to the TPFE objectives and parameters: a. Company Name; b. Company Physical Mailing Address; c. Point of Contact Information (name, phone number, and email address); \ d. Fax Number; and d. CAGE Code. Once approved for access, the objectives and parameters will be transmitted to the recipient via fax machine using the number provided above. I.2. SMC is issuing this RFI as part of its market research to determine industry's ability to satisfy this requirement. SMC is committed to soliciting industry input and maximizing competition to reduce the time and cost associated with hypersonic test programs. Consequently, SMC is requesting companies able to meet TPFE objectives to provide information detailing their capabilities and corporate qualifications pertaining to this scope of work. II. Response Content: Interested industry respondents are requested to provide a response that includes answers/information with regards to the following questions/requests: II.1 Concept Description and Approach - Discuss your company's ability to satisfy the objectives listed in Section I.1 above. Responses should include a high-level concept description including expected performance, technical approach, experimental risks and possible mitigations, and schedule for all flights. II.2 Corporate Capabilities - Briefly discuss your company's experience related to projects similar in size, complexity, and scope of the TPFE. II.3 Rough Order Magnitude (ROM) Costs - Provide a summary of your estimated ROM costs by flight and year based on the technical objectives listed in Section I.1. If possible, address Requirements Development, Preliminary Design, Detailed Design, Flight Software, Procurement, Manufacturing, Ground Testing, Acceptance Integration & Test, Flight Test, and Post-Test Data Analysis. Do not include GFE items as part of the ROM costs. III. Industry Day: An industry day session may be scheduled based on the results of the RFI. RFI respondents may be invited to participate in supplemental industry day one-on-one discussions with the Government to discuss their response information in greater detail. However, failure to respond to the RFI does not preclude proposal submittal or industry day participation if a formal acquisition is announced. IV. Small Business Consideration: The NAICS code for this project is 541712. The Small Business size standard is: 1,000 employees. The applicable classification code is "A- Research & Development." For small business related questions or comments, contact the SMC Office of Small Business Programs via email at smallbus@us.af.mil or at 310-653-1108. Only those firms capable of meeting the schedule and technical objectives as prime contractors should respond to this RFI. Small and small disadvantaged businesses meeting that criterion are highly encouraged to respond. V. Response Classification: Respondents shall provide an unclassified response to this RFI. Respondents shall indicate whether their responses contain proprietary information if the respondents wish for the responses to be handled as such. VI. Response Format: Responses shall be provided in Microsoft PowerPoint and not exceed fifty (50) slides. The Government will not consider information in excess of fifty (50) slides. Text font size shall be no smaller than 11 pt; font size within graphics and tables shall be no smaller than 8 pt. Front matter such as transmittal letter, cover page, and table of contents will not count against the slide limit. The Government will not accept company literature or marketing materials in response to this RFI. VII. Response Due Date: 1600 PST, 28 February 2014. VIII. Submission Instructions: Submit an electronic copy in both PDF and Microsoft PowerPoint to 1Lt Jasper Simmons, at jasper.simmons.1@us.af.mil by the Response Due Date. Hard copy responses will not be accepted. IX. Questions: All communication associated with this RFI shall be submitted via email to 1Lt Jasper Simmons, at jasper.simmons.1@us.af.mil. X. Point of Contact: Technical: Capt Ben Lozano, Project Manager, benaiah.lozano.1@us.af.mil or (310) 653-9079 Primary: 1Lt Jasper Simmons, Contract Specialist, at jasper.simmons.1@us.af.mil or (310) 653-9650 XI. DECLARATION: This synopsis is not a formal solicitation. The Government does not intend to award a contract on the basis of this synopsis, or to otherwise pay for the information solicited herein. Responses will be used by the Government for informational purposes only as part of its acquisition planning. Information obtained from responses to this RFI will not be used to exclude potential future bidders on terminal phase experiment acquisitions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/61CONS/14-039-XR-Terminal_Phase_Experiment/listing.html)
 
Record
SN03286949-W 20140214/140212234037-a9d162eacc37b78956c85c9762ebb5f1 (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.