Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2007 FBO #1942
SOURCES SOUGHT

18 -- Space Based Infrared System (SBIRS) - SBIRS Highly Elliptical Orbit (HEO) Pre-Production Study

Notice Date
3/20/2007
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
07-33
 
Response Due
4/4/2007
 
Archive Date
5/4/2007
 
Description
The Space Based Infrared Systems (SBIRS) program office intends to issue a contract modification to SBIRS Engineering and Manufacturing Development (EMD) contract F04701-95-C-0017 for a pre-production study to assess design changes for the SBIRS Highly Elliptical Orbit (HEO) payloads. It is anticipated that a request for proposal for the study will be released in April 2007 with a period of performance beginning in April and ending in 45 days after contract award. The contract type will be cost-plus fixed fee. The current SBIRS contractor is Lockheed Martin Space Systems Company (LMSSC) in Sunnyvale, CA. It is anticipated that this effort will be awarded to LMSSC on the current SBIRS EMD contract on a sole source basis. (See numbered note 22). The government intends to procure two additional HEO payloads at a later date. The government's acquisition strategy for the two payloads is to build nearly identical replicas of the second production unit (HEO 2). However, the government recognizes design changes will be required to accommodate parts and material obsolescence, a new Electromagnetic Interference (EMI) specification, corrections to HEO 2 waivers and deviations, and application of additional government specifications and standards. The objective of the study is to assess the programmatic impacts of potential design changes to give the government alternatives to develop an achievable and affordable requirements baseline for the new HEO production Request for Proposal. The government intends to use the results of the study to refine the requirements based on the cost, schedule, and technical risks the contractor identifies. A separate synopsis will be issued for the production effort. The contractor performing the study must possess detailed knowledge of the existing HEO payload. A technical reprocurement data is not available. The contractor must also have a detailed knowledge of the design and process shortfalls lead to the deviations and waivers granted for that were waived for HEO 2, to include the EMI shortfalls. The contractor must be able to complete the study within 45 days to support the government production RFP preparation and acquisition strategy planning activities. Interested parties who believe they have the capability to perform as a prime contractor in support of this stuffy effort must include the following information in their Statement of Capabilities (SOC): Personnel/Size Standard - Company Name, Mailing Address, Point of Contact and Telephone Numbers, Business Size Classification, Large, Small, or Other; state your company's experience-specific work previously performed or being performed relevant to this follow-on effort. Responses from small business and small, disadvantaged business firms with the capability and capacity to perform this requirement are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. The small business size standard for this requirement is NAICS 541690. If you are interested only in subcontracting opportunities please indicate clearly in your submission. The SOC shall not exceed ten pages. The government will use this SOC to determine if there is sufficient interest in the marketplace from qualified sources to attempt full and open competition. This announcement is for information and planning purposes only. It does not constitute a Request for Proposal and is not to be construed as a commitment by the government. The Government will not pay any costs associated with the submittal of information solicited herein. The SOC and all related communications that contain proprietary information should be marked as such. Verbal responses will not be accepted. An Ombudsman has been appointed to hear 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. Interested parties are invited to call Mr. John Wagner. You can reach him at john.wagner@losangeles.af.mil or at (310) 653-2138. Point of Contacts: Tamara Holman, Contracting Officer, Phone (310) 653-4505. Email tamara.holman@losangeles.af.mil; Shanika Richardson, Contract Specialist, Phone (310) 653-4502. Email shanika.richardson@losangeles.af.mil
 
Place of Performance
Address: Department of the Air Force, Air Force Space Command, Space and Missile Systems Center (SMC), ISSW/PK,, 483 N. Aviation Boulevard,, El Segundo, CA,
Zip Code: 90245-4659
Country: UNITED STATES
 
Record
SN01255052-W 20070322/070320221050 (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.