Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOURCES SOUGHT

18 -- GPS Block IIA Support

Notice Date
12/19/2008
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, Space and Missile Systems Center-SMC/LGK, 1050 E. Stewart Avenue, Peterson AFB,, Colorado, 80914-2902
 
ZIP Code
80914-2902
 
Solicitation Number
09-07
 
Response Due
1/16/2009
 
Archive Date
1/31/2009
 
Point of Contact
Mr. Andrew Bean,, Phone: 719-556-4015, Gary A Simpson,, Phone: 719-556-2577
 
E-Mail Address
Andrew.bean@schriever.af.mil, gary.simpson@peterson.af.mil
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS 1. Action Code: R - Sources Sought Synopsis 2. Date: 19 December 3. Year: 2008 4. Contracting Office Zip Code: 80914-2902 5. Classification Code: NAICS 334511 6. Contracting Office Address: SMC SLG/PKW, 1050 E. Stewart Ave., Peterson AFB, CO. 7. Subject: Block IIA On-Orbit Operations/Sustainment Support. GPS IIA one-year contract with multi-year options extending through 2014. This contract is for on-orbit operations and constellation sustainment support of the GPS Block IIA Satellite Vehicles. 8. Proposed Solicitation Number: TBD 9. Closing Response Date: 16 January 2009 10. Contracting Officer: Mr. Victor Wells, (719) 556-5021, Victor.wells@peterson.af.mil Technical Contact: Mr. Andrew Bean, (719) 556 - 4015, Andrew.bean@schriever.af.mil 11. Old Contract Award Amount & Solicitation number: Contract Number F04701-96-C-0025. 12. New dollar amount is estimated $25M 13. Contract Line Item Number - TBD 14. Contract Award Date - NLT 31 December 2009 15. Contractor - Boeing is the current contractor 16. Description as follows: The Global Positioning System (GPS) Wing (GPSW), GPS IIA Program, intends to award a sole-source, Cost Plus Fixed Fee (CPFF) contract for a base period of one year with four one-year options to The Boeing Company. If all options are exercised, the period of performance would be from 1 January 2010 through 31 December 2014. This action will provide continued specialized engineering support and expertise to replace the expiring GPS IIA support contract. Boeing, the current GPS IIA contractor, is considered the only responsible source that can provide the supplies and services identified below without the Government incurring substantial duplication of costs that are not expected to be recovered through competition and/or incurring unacceptable delays in fulfilling the requirements (10 USC 2304 (c) (l)). The GPS IIA Program is performing a market survey to determine if there are interested and qualified firms having the capabilities described below. On-Orbit Operations/Sustainment Support: Support for on-orbit operations will begin at contract award and continue until the contract is complete or all remaining IIA SVs have been disposed. Responsibilities will include daily technical support, data evaluation and trending, anomaly resolution (24/7 response/support), operating support tools, SV simulator support (operation and maintenance, 24/7), provide on-orbit data collection, calculations and analysis, maintain engineering liaison support for anomaly resolution, disposal, and related activities necessary to support orbital operations. Update existing command plans and the Orbital Operations Handbook after resolution of on-orbit anomalies to assure integrity of continuing SV operations. Provision for operating the Integrated Mission Operations Support Center (IMOSC) at Schriever AFB, Colorado, including hardware and software maintenance, and security activities. Provide continuing support, as needed, to the Operational Control Segment ensuring compatibility with the GPS IIR/IIR-M/IIF SVs. Ensure continuing Space Segment to Control Segment interface compliance, via review, analysis, implementation, test and documentation of technical changes and incompatibilities. Support Space Segment to Control Segment integration for all upgrade activities affecting either segment. Ensure command procedures and databases are maintained to support on-orbit operations. The estimated per year staff-hours, for this sustainment function, are 25,534. - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, size standard 750 employees. The Government is contracting with The Boeing Company, Navigation and Communication Systems, 2201 Seal Beach Blvd., Seal Beach, CA, 90740-5603 to provide GPS IIA SV support. Interested contractors are invited to submit a Statement of Capability (SOC) addressing the ability to satisfy the above requirements to SLG/PK, Attn: Richard Cournoyer, 1050 E. Stewart Ave Bldg 2025, Peterson AFB, CO 80914. All responses are due no later than 18 January 2009 and must conform to 8.5 x 11-inch pages, font no smaller than 12-point, and a maximum of 20 pages. The statement of capability must include the following information: 1) Company name, mailing address, points of contact, and telephone numbers; 2) Business size classification (large, small, or other); 3) Experience in GPS Satellites or similar technologies; 4) Ability to satisfy the Government's performance requirements described above. Oral communications are not acceptable. SOC must be completely unclassified. All responsible sources may submit a SOC, which will be considered. Responses from small business and small, disadvantaged business firms are highly encouraged. Any information submitted in response to this synopsis is strictly voluntary. The Government does not intend to award a contract on the basis of this announcement. All data received in response to this synopsis that is marked or designated as corporate or proprietary information will be fully protected from release outside the Government. The Government will not reimburse any cost associated with submitting information in response to this Request for Information (RFI), nor shall any costs be allowed on any Government contract. Mr. James Gill, USAF AFSPC SMC/PK is the Ombudsman and 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. Interested parties are invited to call him at (310) 653- 1789. 17. Place of Contract Performance - Los Angeles AFB, CA & Colorado Springs, CO 18. Set-aside Status : Only if 2 or more technically acceptable small business companies meet the government's requirements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=91b5fbdafbbbdc140e6066138e4ea117&tab=core&_cview=1)
 
Place of Performance
Address: Schriever AFB, CO, Schriever AFB, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN01721890-W 20081221/081219214901-91b5fbdafbbbdc140e6066138e4ea117 (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.