SOLICITATION NOTICE
58 -- Global Positioning System (GPS) Modernized Space Receiver (MSR) Progressive Competition and Down-Selection Planned Activities Including System Maturity Demonstration (SMD)
- Notice Date
- 8/17/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, CA, 90245-2808, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA8807-07-R-0002
- Response Due
- 10/19/2007
- Archive Date
- 11/3/2007
- Description
- The purpose of this pre-solicitation notice is to update the previously released announcement regarding The Navstar Global Positioning Wing (GPSW), Space and Missile Systems Center's (SMC) planned activities for the progressive competition and down-selection for the acquisition and production (Phases B/C and D) of the Global Positioning System (GPS) Modernized Space Receiver (MSR). GPS MSR is a phased acquisition; Phase A included trade studies, refinement of the Technical Requirements Documents and the Protection Profile. Phase A period of performance was from 28 September 2006 through completion of the System Design Review. The requirements of Phase B/C include the development and delivery of Developmental Flight Units (DFUs) that are flight worthy and Engineering Developmental Units (EDUs) for early testing in the laboratory. Specific quantities required for each type of hardware shall be specified in the upcoming Call for Improvements (CFI) RFP to be released in September 2007. The period of performance for Phase B/C is 36 months after contract award. Phase D includes annual production options with the Government's minimum requirements of two MSR units each year. The period of performance for Phase D is 2010 through 2020. Throughout Phases B/C and D, the Government may also procure Developmental Flight Units (DFU) Support, Production Flight Unit (PFU) Support, as well as Special Studies and Classified Special Studies as necessary for the MSR Program. RFP FA8807-05-R-0001 resulted in contract awards to General Dynamics C4 Systems, Inc. and ITT Industries Space Systems, LLC for Phase A activities. The CFI RFP will include complete proposal preparation instructions and proposal evaluation criteria. To be competitive, potential offerors for Phases B/C and D that were not Phase A incumbents must be able to clearly demonstrate their capability to perform Phases B/C and D work and proposed system maturity necessary to successfully perform the said Phases. To meet the requirements of the CFI RFP, potential offerors who are not currently performing Phase A contracts will be required to include in their proposals the same contractual documents required by RFP FA8807-05-R-0001 and RFP Amendments 0001-0006. Specific information and instructions with respect to these documents is contained in RFP FA8807-05-R-0001 and its Amendments thereto. These and other GPS program documents are available to all potential offerors in the MSR Bidder's Library. To gain access to the MSR Bidder's Library contact Capt Joel Rivera at (310) 653-3535 or by e-mail at joel.rivera@losangeles.af.mil. In addition to establishing a Bidder's Library account, potential offerors desiring to access MSR documentation from the Bidder's Library must have the following Public Key Infrastructure (PKI) components: (a) A DoD Common Access Card (CAC) with a valid PKI certificate, along with a CAC reader and software, or (b) A DoD-approved External Certification Authority (ECA) certificate (http://iase.disa.mil/pki/eca/index.html). Any questions in regards to obtaining a CAC or ECA, should be directed Mr. John Pezan at (310) 653-3208 or by email at john.pezan@losangeles.af.mil. The approximate timeframe for processing a CAC or ECA is eight (8) weeks. The process time for access to the MSR Bidder's Library website is approximately one (1) week for offerors currently possessing a CAC or ECA. In order to demonstrate an offeror's technical capability and system maturity, competitors (including those not currently performing on MSR Phase A contracts) will be required to perform a System Design Review (SDR) demonstration as was identified in RFP FA8807-05-R-0001, Part IV, Attachment 1 to Section L, "MSR Program Statement of Objectives", subparagraph "MSR Contract Objectives Phase A", and RFP Amendment 0005. Amendment 0005 provides a description of the System Design Review for the MSR program. As called out in Amendment 0005, the MSR demonstration (SDR) will be a review to ensure that the offeror's proposed MSR can proceed into preliminary design and that all system requirements and functional performance requirements reflected in the Technical Requirements Document (TRD)/Protection Profile (PP), as updated through the results of the trade analysis conducted during Phase A by the Requirements Technical Interchange Working Group (RTIWG), are defined. Further, the demonstration will ensure that those system and functional performance requirements are consistent with program budget, schedule, risk and other system constraints. The demonstration will determine whether the MSR functional definition is decomposed to a level sufficient to begin preliminary design. Completion of the demonstration shall provide: 1. An established system functional baseline; 2. A MSR risk assessment; 3. A System/Subsystem Description Document (SSDD), and; 4. A program development schedule including hardware and software critical path drivers. 5. Results of Phase A CAIV (Cost as an Independent Variable) trade studies A successful demonstration (SDR) shall be predicated upon the Government's determination that the MSR performance requirements and plans for design and development form a satisfactory basis for proceeding into preliminary design. The Government will work with offerors not participating in Phase A to schedule the SDR during the discussion phase of source selection. As stated in Section M - Evaluation Factors for Award (page 1), RFP FA8807-05-R-0001, and Section H - Special Contract Requirements (SCR), SMC - H014 of the resulting contracts, the criteria for the Government's selection of the best overall offer will include best value assessment of the CFI proposal, innovation and cost justification demonstrated in Trade Studies, successful completion of design review with a robust, compliant, and low risk design for development and production, successful compliance with all contract requirements, responses to the Engineering Process Questionnaire (EPQ), responsive and effective management, and technical competence. The Government reserves the right to change these evaluation criteria at any time. Specific evaluation criteria will be provided in the Government's CFI RFP. Information associated with the MSR Program may be classified up to SECRET. Offerors and their teammates interested in competing will be required to have a minimum of SECRET facility clearance and personnel cleared to the SECRET level prior to award of the resultant contract. Only offers submitted by U.S.-owned companies performing within the continental United States or its territories will be considered for award. This pre-solicitation notice is for planning purposes only and shall not be considered a request to submit proposal or otherwise be considered as a commitment by the Government. To aid in planning and scheduling events with respect to the competition, request offerors (other than those currently performing Phase A contracts) interested in competing, provide the Government with a Statement of Interest and Capability (SIC). The SIC should describe the prospective offeror's team, each team member role in the MSR program, capabilities of each member of the team, experience of each team member in performing efforts each team member will be proposed to provide. At a minimum, the SIC should cover (1) military GPS receiver development, (2) space-qualified GPS receiver development, and (3) GPS M-code. SICs shall be no more than ten pages and shall be submitted to GPSW/GPK (ATTN: Ms. Debbie D. Tatum, 483 N. Aviation Boulevard, El Segundo, CA 90245-2808 or via email to debbie.tatum@losangeles.af.mil). Responses to this notice must be received not later than 45 calendar days after publication in FedBizOps.
- Place of Performance
- Address: Contractor Facility
- Zip Code: 90245
- Country: UNITED STATES
- Zip Code: 90245
- Record
- SN01376540-W 20070819/070817221533 (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 |