SOLICITATION NOTICE
R -- Mission Control Segment Software and Database Support for MILSATCOM System Sustainment Office
- Notice Date
- 9/19/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
- ZIP Code
- 80914-1200
- Solicitation Number
- SKR-02-16
- Point of Contact
- Sandy Reyes, Contract Specialist, Phone (719) 556-7750, Fax (719) 556-9361, - Cynthia Weaver-Washington, Contract Specialist, Phone (719) 556-4079, Fax (719) 556-7900,
- E-Mail Address
-
sandra.reyes@peterson.af.mil, Cynthia.Weaver-Washington@peterson.af.mil
- Description
- This is a notice of intent that 21st Contracting Squadron intends to award a follow-on delivery order against a Federal Supply Schedule (FSS) General Services Administration (GSA) to Lockheed Martin for Services in Support of Milstar Satellite Mission Control Segment (SMCS) AN/USQ-115. The Satellite Mission Control Subsystem (SMCS) provides Milstar satellite commanding, telemetry processing, satellite anomaly resolution, cryptological key generation and dissemination, communication resource allocation, and time and frequency management. The contractor shall provide software maintenance/ enhancements, technology transitional support, and related technical support for the SMCS. The Government is requesting sources to provide non-personal services to support the sustainment of Milstar Mission Control Segment (MCS) and Schriever AFB (4SOPS) direct mission support. The contractor shall maintain Oracle and Ingress databases and produce releases for Satellite Mission Control Subsystem (SMCS), the Lockheed System Simulator (LSS) software component of the Milstar System Simulator (MSS), the Proficiency Trainer (PT), the Space Ground Link System (SGLS) component of Mission Support Element (MSE), and the G.E. Development Environment (GDE) software component of the Mission Development Element (MDE). The tasks will include Centralized Integration Support Facility (CISF) software engineering, database sustainment, production of software and database releases, use of approved configuration management techniques, full participation in Independent Verification and Validation (IV&V), full participation in Certification Test and Evaluation (CT&E), full participation in management meetings and activities, abide by the regulations set forth on this document in the handling of Government furnished property and services, as well as the regulations to access Government property and facilities. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION: A major Software Release is scheduled for late November 2002, plus a Milstar satellite launch is scheduled early calendar year 2003. Lockheed Martin is the only firm with the expertise and knowledge to configure and optimize the software and databases for the MCS without delaying, jeopardizing and inducing great risk to this aggressive launch schedule. Delays caused by a new contractor transitioning into full performance would impair the integrity of the launch schedule, jeopardize the safety and security of government property and could result in a launch delay and degradation of mission readiness. Concerns believing they having the ability to furnish the above services/supplies without impacting the launch schedule are requested to give written notification (including the telephone number for a point of contact) to the acquiring office listed in this notice within 15 days from the date of this synopsis. This notification should clearly show their ability to do so without compromising the quality, accuracy and reliability of the requirement. Must show ability to maintain Milstar system specific software to support the launch of Milstar Satellite Flight 6 in Jan 03 without degradation or risk of system operations. In addition, any interested offerors that believe they have the ability to provide the required service must currently hold a GSA FSS schedule 70 contract. This is not a formal solicitation. However, concerns that respond should furnish detailed data concerning their capabilities and may request a copy of the solicitation when it becomes available. All information is to be furnished at no cost or obligation to the government. Along with the above requested product information, please include company name, mailing and e-mail address, telephone and fax numbers. North American Industrial Classification System (NAICS) code is 541519. The Federal Stock Class (FSC) is R421. Negotiation being conducted using other than full and open competition procedures pursuant to authority 10 U.S.C. 2304(C)(1) as implemented by FAR 6.302-1 ?Only One Responsible Source?? See Numbered Note 22. Period of performance is 1 Dec 02 thru 30 Nov 03. E-mail, fax or mail responses are acceptable.
- Place of Performance
- Address: Peterson AFB CO
- Zip Code: 80914
- Country: USA
- Zip Code: 80914
- Record
- SN00171254-W 20020921/020919213558 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |