SOURCES SOUGHT
18 -- Transportable Core Electronics and Antenna Upgrade Station
- Notice Date
- 3/20/2007
- Notice Type
- Sources Sought
- 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, 483 North Aviation Blvd, El Segundo, CA, 90245-2808, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- TRANSPORTABLESTARR2007
- Response Due
- 4/9/2007
- Archive Date
- 4/30/2007
- Description
- Contracting Office Address: Department of the Air Force, Air Force Space Command, SCNG/PK ? Space and Missiles System Center, Bldg. 270, 2nd Floor, 330 West Orbital Loop, El Segundo, CA, 90245-4659 SCNC/PK intends to issue a delivery order for the procurement of a Transportable Tracking Station, for the Air Force Remote Block Change (RBC) Satellite Control Network. The proposed action will be awarded to the existing contract, F04701-02-D-0006, Satellite Control Network Contract (SCNC), which is a cost-plus-award fee, indefinite delivery/indefinite quantity contract for satellite and network control services and support. The reason for this notice is because the original ordering period on the contract expired due to Government funding delays. This effort involves the fielding of the core electronics and antenna facilities for the Transportable system for the Air Force Satellite Control Network (AFSCN). The AFSCN is the Department of Defense?s (DoD) primary network for supporting launch and early orbit operations. The AFSCN provides telemetry, tracking, and commanding capability, mission data dissemination, processing, and is one of the nation?s primary high-powered networks for emergency recovery of space vehicles. The AFSCN currently consists of legacy Automatic Remote Tracking Stations (ARTS) and is in the middle of a modernization to state-of-the-art tracking stations known as the Remote Tracking Station (RTS) Block Change (RBC). There are 5 RBC projects currently on contract. This transportable will deploy primarily at fixed sites where legacy ARTS systems are being replaced by RBC antennas. In addition, the transportable will be required to provide factory compatibility testing for satellite programs and emergency backup at existing RTSs. The award of this delivery order is vital to ensuring uninterrupted operational capability to our AFSCN users. Delays to the modernization effort will result in the loss of satellite contacts and a decrease in ability of our commanders to communicate with the battlefield. This Transportable RBC will include, but not be limited to, the following deliverables: 1. Project Management 2. Project Systems Engineering 3. Configuration Management 4. Hardware Design & Development 5. Software Design & Development 6. Procurement 7. Production 8. System Integration, assembly, checkout, and shipping 9. Test and Evaluation 10. Data & Documentation 11. Integration Logistics Support 12. Environmental Engineering Compliance 13. Site Acquisition, Installation, and Acceptance The value for these supplies and services is estimated at $20,000,000. The purpose of this synopsis is to determine the extent of whether potential offerors exist who are capable of achieving the program objectives within acceptable cost, performance and schedule parameters. Honeywell Technology Solutions Inc. (HTSI) was awarded the Satellite Control Network Contract (SCNC) in December 2001, and is presently on contract for delivery of all the earlier RBC articles. Due to requirements and schedule changes, the ordering period for this transportable has elapsed. The nature of this acquisition is unique due to the complex system integration. HTSI has performed identical work on the previous RBCs and core sites. The Government anticipates a sole source award to the incumbent contractor, HTSI, but all responsible sources may submit a Statement of Capabilities (SOC) that will be considered by the agency. The Government does not anticipate any set-asides for this action. The current expected delivery order award date is the first quarter of fiscal year 2008. Responsible sources interested in this notice may submit their SOC, with documented evidence of their capability to meet all technical, performance and schedule requirements, electronically, no later than 10 April 2007 to: Ms. Marilyn Washington, Procuring Contracting Officer (PCO), Phone (310) 653-2072, Marilyn.washington@losangeles.af.mil. Mr. David Starr, Lead Contract Manager, Phone (310) 653-1397, Email, david.starr@losangeles.af.mil Capt. Arlene Brown, Lead Project Officer, Phone 310-653-1410, Arlene.brown@losangeles.af.mil. . Refer to the 3 attached technical documents entitled Requirements Document (RD) for the Transportable RBC?, Unique Common Requirements, and Waivers/Requirements Clarifications. The SOC package should provide a summary of capabilities and past experience with the following information: 1) Cover Letter: Provide company name, mailing address, contracting and technical POCs, CAGE code, and statement of business size classification. Small business offers note that small business size standard NAICS 541710 (1,000 employees) applies. The small business coordination number is 07-24. The cover letter must be signed and dated by an authorized officer of the organization. 2) Executive Summary: Describe the proposed program, objectives, and approach. 3) Program Plan: Describe in detail the planned technical approach and how the approach will be executed. Include a concept of products, techniques, methods, materials and milestone chart identifying capability to meet requirements. 4) Past Performance: An outline of relevant and recent experience in AFSCN RTS RBC development and integration. Include a list of Point of Contacts (POC) with phone numbers and email addresses. 5) Personnel and Facilities: Description of ability to provide qualified personnel and facilities to work at the appropriate security level. 6) Rough Order of Magnitude Cost Estimate (ROM): Explaining cost savings expected due to realization of learning curve.7) Detailed description of how integration with the existing Honeywell RBCs will be accomplished, performed, and implemented. All responses must be signed, then scanned, then submitted by email in MS Word or PDF format, conform to 8.5 x 11 inch pages, with no smaller than 12 point font to the POCs listed above and below. All responses are to be unclassified and should not exceed fifty (50) one-sided pages. The Government will not consider pages in excess of this limitation. All submitted SOCs will be evaluated to establish a pool of sources capable of supporting this requirement. The Government will then determine extent of competition based on, but not limited to, availability of responsible qualified sources, and integration capabilities. This determination is solely within the discretion of the Government. The selection of one or more sources for determination of competition will be based on an evaluation of each offerors SOC to determine the overall merit of capability. The SOCs will be evaluated utilizing a peer or scientific review process and shall be evaluated based on the following criteria that are listed in descending order of importance: 1) Lack of substantial duplication of costs on the RBC effort. 2) Ability to maintain schedule requirements and meet delivery date of 30 September 2011. 3) Capability of performance parameters. DECLARATION: Submit questions to the e-mail addresses below. This synopsis is not a formal solicitation. The Government does not intend to award a contract on the basis of this synopsis, or to otherwise pay for the information solicited herein. Points of Contact: Ms. Marilyn Washington, Contracting Officer, Phone (310) 653-2072, Marilyn.washington@losangeles.af.mil. Mr. David Starr Lead Contract Manager, Phone (310) 653-1397, Email, david.starr@losangeles.af.mil; Capt. Arlene Brown, Lead Project Officer, Phone 310-653-1410, Arlene.brown@losangeles.af.mil.
- Place of Performance
- Address: , , Place of Performance:, , Address: Since this is a transportable unit the place of performance will vary depending on government needs.,
- Zip Code: 90245
- Country: UNITED STATES
- Zip Code: 90245
- Record
- SN01255053-W 20070322/070320221051 (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 |