Status Report

USAF Sources Sought Notice: Maui Space Surveillance System (MSSS) and Starfire Optical Range (SOR)

By SpaceRef Editor
January 13, 2005
Filed under , ,

General Information

Document Type: Sources Sought Notice

Solicitation Number: FA9451-04-R-0005

Posted Date: Dec 29, 2004

Original Response Date: Jan 18, 2005

Current Response Date: Jan 18, 2005

Original Archive Date: Feb 02, 2005

Current Archive Date: Feb 02, 2005

Classification Code: A — Research & Development

Naics Code: 927110 — Space Research and Technology

Contracting Office Address

Department of the Air Force, Air Force Materiel Command, AFRL – Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, NM, 87117

Description

MAUI SPACE SURVEILLANCE SYSTEM (MSSS) AND STARFIRE OPTICAL RANGE (SOR) OPERATIONS & MAINTENANCE & TECHNICAL/RESEARCH OVERSIGHT.    

The Air Force Research Laboratory, Directed Energy Directorate is seeking a contract to support research and development at the MSSS and SOR sites on the Island of Maui, HI, and at Kirtland AFB NM, Starfire Optical Range. MSSS: The assets that compose the MSSS are the 3.67m Advanced Electro-Optical System (AEOS), the 1.6m telescope system, the 1.2m telescope system, Raven telescope system, the 0.8m Beam Director/Tracker, and the 0.6m Laser Beam Director. At sea level, there are 3 mounts ? Baker-Nunn and 2 Raven (testbed, HANDS). The MSSS is an optical system used primarily for spacetrack and imaging. It is capable of gathering data on both near and deep space objects at night or in daylight.   MSSS also supports visiting experiments. Typical experiments are complex space missions, astronomical observations, laser development, observation campaigns, detection and tracking of orbital debris, and observation of missile experiments out of both Vandenberg AFB and Barking Sands Kauai. Included in the contract are Operations and Maintenance of Sensors and Facilities – 40,000 sq ft Advanced Electro-Optical System building (Haleakala), 28,000 sq ft MSSS Building (Haleakala), Storage Butler Building (Haleakala), Remote Maui Experiment Site (Kihei), and Leased Office Space (Kihei). The contractor currently leases office space in Kihei and maintains connectivity between the leased space, the mountain and MHPCC (Maui High Power Computing Center). Unique to the MSSS is the execution of the base support functions to include: Civil Engineering, Safety, Security, Information Technology, Environmental support, and Logistics.

SOR: The SOR site consists of the 3.5m telescope, 1.5m telescope, Auxiliary Beam Director (ABD), and associated facilities. The primary mission of the SOR is to develop and demonstrate optical wavefront control technologies. The Starfire Optical Range houses a 3.5 meter telescope (one of the largest telescopes in the world equipped with adaptive optics designed for satellite tracking), a 1.5 meter telescope, and a 1.0 meter beam director. Efforts at SOR are in the areas of Ground Based Laser Active Tracking, Advanced Laser Beacons for Adaptive Optics, and Research and Development Facility Support. In addition to its primary research charter, the SOR also supports field experiments by others within the research community.

This is a recompetition of the current on-going contracts and consideration is being given to consolidating into a single contract. The current 5-year contract values for each contract are as follows: MSSS – $175.5M; SOR – $49M. The contractual effort is contemplated as a Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) Contract with Cost Reimbursable (CR) Other Direct Costs (ODCs). The potential ceilings for this recompetition are: MSSS – $350M; SOR – $150M. An Award Term contract is contemplated with a base period of 4 years and two 3-year award term periods. There will be a transition period starting approximately 1 Oct 05 should award be made to other than the incumbent.

A draft RFP will be issued.

Small businesses having the capability to perform this work are invited to submit a statement of capability (SOC) in order for the Government to determine whether the acquisition should be set aside for small businesses. Based on the results of the SOC evaluation, the Government reserves the right to set aside this requirement for small businesses. Offerors shall indicate whether they are/are not a small business, a small disadvantaged business, 8(a), hub-zone certified, woman-owned, or Historically Black College or University. The SOC shall contain pertinent and specific information addressing the following areas: (1) Experience in the past five years in both Research & Development and Operations & Maintenance related to assets and/or technologies similar to those at MSSS and SOR in the areas of imaging, image processing, atmospherics, space sciences, orbital mechanics, wavefront compensation, lasers, electro-optics, control systems, mount control, and sensors; (2) A notional plan to assure the availability of an adequate number of qualified personnel (currently MSSS has approximately 217 and SOR has approximately 55) to support the effort. Include any other specific and pertinent information as it pertains to this particular area of procurement that would enhance our consideration and evaluation of the information. Interested small businesses are requested to submit a Statement of Capabilities (SOC) (original plus 2 copies) within 20 calendar days of this announcement, substantiating each qualification described in (1) and (2) above for RFP FA9451-04-R-0005 to Det 8 AFRL/PKDL, Attn: Linda Buix, 2251 Maxwell Avenue SE, Kirtland AFB NM, 87117-5773. Any responses received not addressing all of the above requirements may not be evaluated as being capable. The SOC is limited to 15 pages, single-spaced, 12-point font, Times New Roman, excluding resumes. Regarding resumes, submittal of names, professional qualifications and specific experience of all personnel who may be assigned, not including clerical, may be included to enhance our consideration and evaluation of the information submitted. Submitted information shall be unclassified. Offerors should be aware that the majority of resources must be employed within a Top Secret environment. NOTE that contract award(s) will be made only to offeror(s) who currently possess a Top Secret Facility Clearance and have sufficient Top Secret cleared and qualified personnel available at the time of contract award. Approximately 89 personnel at MSSS and 15 personnel at SOR currently have Top Secret clearances.

An organizational conflict of interest clause is anticipated in any resultant contract. Reference AFMC FAR Clause 5352.209-9002, ?Organizational Conflict of Interest? (Jul 1997). Potential offerors responding to this sources sought synopsis must indicate whether they qualify as a small business under NAICS Code 927110, no size standard.   This is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement. If your interest is in subcontracting possibilities only, please see the corrected list of attendees for Industry Day in FedBizOpps and make contacts as necessary. Do not submit a statement of capabilities if you do not intend to be a prime or lead. Potential offerors should refer contracting concerns to the Contracting Officer, Caroline Pultz at (505) 846-2240, or refer technical concerns to the Project Officers, Capt James Roche for MSSS (808) 874-1533) and Mr. Pat Kelly for SOR (505) 846-2094. The operations, research, and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act and/or subject to U.S. Export Control laws. Therefore, only offerors who are certified by the Defense Logistics Information Services (DLIS) may submit offers. Contact US/Canada Joint Certification Office, DLIS, Federal Center, 74 Washington Ave, North, Battle Creek, Michigan, 49017-3084, (800) 352-3572, http://www.dlis.dla.mil/jcp/, for further information on certification and the approval process. Offerors are required to either submit a copy of the DLIS approved DD Form 2345 with their proposal or to the Contracting Officer if access to unclassified, limited distribution data is required to prepare the proposal. Foreign firms are advised that they will NOT be allowed to participate as the prime contractor.

Points of Contact – Contracting

Linda Buix, Contract Specialist, Phone (505) 853-4654, Fax (505) 846-1546, Email Linda.Buix@kirtland.af.mil

Caroline A. Pultz, Contracting Officer, Phone (505) 846-2240, Fax (505) 846-1546, Email Caroline.Pultz@kirtland.af.mil

Points of Contact – Technical

Capt James Roche for MSSS , Phone (808) 874-1533, Email James.Roche@Maui.AFMC.AF.MIL

Mr. Pat Kelly for SOR (505) 846-2094, Email Patrick.kelly@kirtland.af.mil

Point of Contact

Linda Buix, Contract Specialist, Phone 505-853-4654, Fax 505-853-3398, Email linda.buix@kirtland.af.mil – Caroline Pultz, Contracting Officer, Phone 505 846 2240, Fax 505 846 1546, Email Caroline.Pultz@Kirtland.af.mil

SpaceRef staff editor.