Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2005 FBO #1321
SOLICITATION NOTICE

18 -- MILSATCOM Space Communications Support for Fiscal Year 2005

Notice Date
9/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
Reference-Number-MILSATCOM-72
 
Response Due
9/20/2004
 
Point of Contact
Charles Briggs, Contracting Officer, Phone (310) 336-4748, Fax (310) 336-4075,
 
E-Mail Address
charles.briggs@losangeles.af.mil
 
Description
The Space and Missile Systems Center (SMC) MILSATCOM Joint Program Office (MJPO) intends to acquire continuing MILSATCOM space communications support for Fiscal Year 2005 in general systems engineering, simulation and modeling, analysis tools maintenance and upgrades, and systems integration. The currently envisioned effort is primarily for the secure/survivable Advanced Extremely High Frequency (AEHF) satellite program and required interfacing systems. AEHF is the follow-on to the Milstar system, which augments and improves on Milstar capabilities and expands the MILSATCOM architecture to enable Transformational Communications and Network-Centric Warfare. Contracted effort shall provide general systems engineering support for the AEHF program, including ongoing efforts in the areas of design, development, test, computer simulation/verification, manufacturing, and integration of the AEHF system. Contracted effort shall include support for AEHF backward compatibility requirements and related operational issues on Milstar; the payload subsystem; payload-to-terminal interface requirements, including acquisition and tracking, access control protocols, resource management, and assured access; information assurance concepts, including the key management plan and architecture, key authentication, key distribution, AEHF COMSEC/TRANSEC System products/schedule/issues, and cryptographic key management for test assets; foreign disclosure related tasks to support the International Partners, including redaction of technical documents, processing and coordination of foreign disclosure material; verification, system test, and test program coordination; AEHF training; Milstar-to-AEHF transition and concept of operations development; and advanced studies and concept development. Contracted effort shall maintain and upgrade the AEHF MILSATCOM End-to-End Simulation Environment (AEHF MEESE) software/hardware tools, developed by LinQuest Corporation under Air Force contract F04707-98-C-0046 and Army CECOM GSA contract GS-35F-0357-J, and potentially the Milstar MEESE. The contractor shall update AEHF MEESE software, firmware and hardware to emulate AEHF payload and terminal designs. The contracted effort shall add new functionality required to perform system-level analyses supporting systems engineering activities, such as system performance evaluations of end-to-end satellite links, adaptive antenna performance, independent verification of system capabilities to provide confidence for sell-off of system communications performance requirements, system anomaly resolution and impact assessment studies, and proof of concept demonstrations for advanced studies and concept development. Contracted effort shall provide systems integration to ensure an independent systems integration assessment is conducted for the end-to-end MILSATCOM systems. Systems integration will include, but not be limited to, the Space Segment, Command and Control Segment, terminal cryptographic and key products suppliers, acceptance and testing organizations, and war fighter end users requirements. Effort will include analysis of system interdependencies, development and delivery of integrated system schedules, technical compliance analyses, analysis of interface control documentation, test planning and reports, and briefings. The effort will also include the development of a systems integration process description and a risk management framework, and support to end-to-end inter-segment systems engineering, system level requirements allocation and configuration control, systems level verification and validation, and system security engineering. Extensive systems engineering experience, knowledge, and background dealing with DoD-specific capabilities in the EHF secure satellite communications field and a minimum Government security clearance of Secret are mandatory. Familiarity and experience working with DoD customers, to include the Air Force Space Command, MJPO, Army, Navy, and Air Force Terminal Program Offices (TPOs), is required to resolve terminal to payload requirements issues. Training in international programs security requirements and international security and technology transfer/control; familiarity with National Disclosure Policy (NDP-1), the Air Force Delegation of Disclosure Authority Letter (DDL), and the International Traffic in Arms Regulations (ITAR); and experience in processing Exemptions to the ITAR and the process of formulating Technical Assistance Agreements (TAAs) between US contractors and foreign governments and their contractors is required. This program effort is an extension of the MILSATCOM support contract currently being performed by LinQuest Corporation, a small business. It is anticipated that only the incumbent contractor has sufficient relevant experience to meet the requirements of this acquisition. This notice is primarily intended for subcontracting opportunities. However, interested parties must submit an unclassified Statement of Capability (SOC) 10 calendar days after this announcement is posted, demonstrating knowledge in the requirements areas described above. The SOC shall not exceed 10 pages in length. This synopsis is for information and planning purposes only; it does not constitute a RFP. The Government will not recognize any direct costs associated with submission of a SOC. Information received will be considered solely for the purpose of determining the type of procurement. Submit all responses to: SMC/MCK, Attn: Charles Briggs, 2420 Vela Way, Suite 1467 A-8, El Segundo, CA 90245-4659. The period of performance is one year from 1 Oct 04 to 30 Sep 05. The Government's ROM estimate for this work is $5.2M. Government-wide numbered notes 22 and 26 apply. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. 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. The Ombudsman for the Space and Missiles Systems Center is Mr. Patrick Devine, SMC/DS, at (310) 363-3571. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-SEP-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-JUL-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/SMCSMSC/Reference-Number-MILSATCOM-72/listing.html)
 
Place of Performance
Address: Los Angeles, CA.
 
Record
SN00843428-F 20050709/050707212852 (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 |
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.