Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2006 FBO #1631
SOURCES SOUGHT

J -- SATCOM Interference Response System Sustainment

Notice Date
5/13/2006
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 483 North Aviation Blvd, El Segundo, CA, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
Reference-Number-SIRS52
 
Response Due
5/19/2006
 
Archive Date
7/1/2006
 
Description
The Space and Missile Systems Center (SMC) Space Superiority Systems Wing is currently seeking information regarding qualified small and large business sources capable of providing Contractor Logistics Support for the sustainment of the SATCOM Interference Response System(s) (SIRS) for approximately 12 months with 4 one year options using a cost plus fixed fee contract. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT. SOLICITATION AND AWARD ARE CONTINGENT UPON FUNDS BECOMING AVAILABLE. SIRS provides attack detection, geo-location, reporting, characterization, and mission impact assessment for in-theater combatant commanders. The contractor will provide item management, system level configuration management (specifications/drawings), technical publications development, system upgrades/modifications management (tracking system change requests, deficiencies and Air Force Form 1067s), providing sparing/provisioning, COTS obsolescence support, fly away support, failure analysis and tracking, testing, material procurement and ensuring Operational Suitability, Safety & Effectiveness (OSS&E). The contractor will be required to have expertise with Commercial off the Shelf (COTS) and Government off the Shelf (GOTS) SATCOM equipment such as antennas, demodulators, down converters, spectrum analyzers, etc. Additionally, knowledge of the SATCOM Interference Detection Systems (SIDS) and/or SATCOM Geolocation Systems (SGS) is desirable. Interested parties must have: experience with operations and sustainment of Department of Defense (military) deployable systems; knowledge of development/production processes; detailed knowledge of Air Force Space Command space control systems; and the ability to integrate GFE provided software with subsystem assemblies. Parties must have facilities near Peterson AFB, CO and be able to work closely with government agencies involved SIRS activities. In addition, interested parties must be cleared to handle government equipment and information up to, and including, Top Secret ? SCI/SAR and have personnel with current TS/SSBIs, as well as a Top Secret - SCI accredited SCIF. A Request for Proposal for this effort is tentatively scheduled to be released on or around 16 June 2006. All interested parties are invited to submit a written Statement of Capability (SOC) by 19 May 06 encompassing no more than 10 pages, single spaced, 12-point font and containing the following information: Central Contractor Registration cage code; business size; technical description of the offeror's experience and knowledge of Air Force Space Command space control systems; design and sustainment experience with transportable/deployable systems; description of facilities and equipment intended for use in support of this effort; evidence of the ability to meet the security requirements as stated above, and the information required by numbered note 25. North American Industry Classification Code 517410 applies. In order for SOCs to be eligible for consideration, they must be sent electronically to Capt John Turner at john.turner@losangeles.af.mil. This notice is for informational purposes only and does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost(s) incurred for participation in this survey. No contract award will be made on the basis of offers or proposals received in response to this notice.
 
Place of Performance
Address: N/A
 
Record
SN01047754-W 20060515/060513220157 (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.