SOURCES SOUGHT
D -- Positive Control Subsystem (PCSS)
- Notice Date
- 1/20/2012
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- RFI-PCSS-12-32
- Point of Contact
- Juanita D. Edwards, Phone: (310)653-1557, Jeffrey Fry, Phone: (310)653-1595
- E-Mail Address
-
juanita.edwards@losangeles.af.mil, jeffrey.fry@losangeles.af.mil
(juanita.edwards@losangeles.af.mil, jeffrey.fry@losangeles.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Positive Control Subsystem (PCSS) Request for Information (RFI) I. DESCRIPTION / PURPOSE: 1. The Space and Missile Systems Center (SMC) / Spacelift Range System Division (LRR) Program Office (PO) has identified the need to implement the EFTS to comply with the NSA Advisory (IAA-004-2007). This direction ceases production of the High Alphabet Secure Flight Termination System (HA SFTS) required on Evolved Expendable Launch Vehicles (EELV) by 1 January 2015. It also directs users to migrate to EFTS by the same date. 2. The goals of the PCSS project are to (1) address the Enhanced Flight Termination System (EFTS) mandate by National Security Agency (NSA), (2) replace a legacy worst-actor, Eastern Range (ER) Central Command Remoting System (CCRS) and (3) modernize both the ER and Western Range (WR) command systems. The WR implementation of the PCSS program should maintain commonality with the ER solution. 3. The EFTS has been developed to support missions that require a flight termination system. The EFTS uses encryption and command authentication to assure only valid commands are executed by the launch vehicle(s). These commands are performed through Central Command on the ER, at the 45th Space Wing (45 SW) at Patrick Air Force Base (AFB) and Cape Canaveral Air Force Station (AFS), and on the WR, at the 30th Space Wing (30 SW) at Vandenberg AFB and Pillar Point AFS. 4. The EFTS allows configurable mission support while providing a secure and reliable communications link. The EFTS uses a digital frequency modulated (FM) based technique known as continuous phase frequency shift keying (CPFSK) along with signal encryption and authentication to provide a secure and reliable pathway for the purpose of vehicle control (e.g. flight termination) in order to protect the public from malfunctioning vehicles. The EFTS has five main components: Flight Termination Receiver (FTR), Encoder, Monitor, Triple Data Encryption Standard (DES) Unit (TDU), and Command Controller. These EFTS end-items are intended for three applications: Missile, Unmanned Aerial Vehicles (UAV), and Space Launch. 5. The PCSS program will leverage an Engineering Development Model (EDM) developed by WV Communications (WV) to integrate and support the continued development of the equipment. The EDM was completed during the CCRS Replacement Phase I project. The associated hardware and software are proprietary to WV. The ER CCRS Phase II project is currently in-progress and will deliver a Critical Design Review (CDR) package that will be provided as Government Furnished Information (GFI) to the program. 6. Qualified sources are requested to submit an unclassified Statement of Capability (SOC) demonstrating their experience and capability in the task areas listed below. Response from small and small disadvantaged firms is encouraged. Additionally, if teaming with other contractors, provide the name(s) and role(s) of the contractors. The SOC review will look at the capabilities to perform the task and will not preclude any offeror from submitting a proposal. 7. Sections A through H below are a summary of the Performance Statement of Work (SOW). The SOC submitted should demonstrate knowledge and experience in each area. A. Program Management • The PCSS Contractor shall establish and maintain a streamlined, but effective, management structure that fully supports the PCSS program. This management process shall ensure high quality development support services and products throughout the term of this contract. All Contractor processes should complement the LTRS System Engineering Plan (SEP). • The PCSS Contractor shall plan and manage all activities needed to complete the work defined in the Statement of Work (SOW) successfully, including managing all Subcontractor(s) to ensure SOW requirements are satisfied. • The PCSS Contractor shall support and host Technical Working Groups (TWG) as needed. For planning and budgeting purposes, TWGs should be estimated on a weekly basis during the contract PoP. The TWG is a chance to interact with the LTRS PO, LTRS Systems Engineering and Integration contractor (SE&I), and the Range community. It is assumed that the TWGs will be supported via conference calls and remote collaboration tools. • The PCSS Contractor shall establish Milestone/Review entrance and exit criteria with the Air Force Project Manager (AFPM) NLT 60 calendar days prior to the event (e.g. delta CDR and Installation Readiness Review (IRR)). B. Cost Controls and Schedule Management • The PCSS Contractor shall develop and maintain an Integrated Master Schedule (IMS) of all PCSS activities (integration, testing, training, etc.) in relation to the Contractor Work Breakdown Structure. The PCSS Contractor's IMS shall be in an LTRS-defined format (Microsoft Project) that will facilitate the incorporation of the PCSS Contractor IMS into the overall LTRS IMS. The Contractor shall provide a project plan at the kickoff meeting defining the planned work consistent with the Contractor's IMS and other requirements established in the SOW. The IMS shall be delivered monthly with the Contract Performance Report (CPR). C. Risk Management • Risk identification, management, and mitigation are key prerequisites for system development and integration. The PCSS Contractor shall identify, assess, track, and help resolve low-level cost, schedule, and technical risks. The PCSS Contractor shall work with the LTRS Government support team in identifying, boarding, owning, and mitigating program-level risks at the LTRS Risk Management Board (RMB). The PCSS Contractor's internal risk processes shall be complementary and supportive of the LTRS Risk Management Process. D. Information Assurance and Security Engineering • The PCSS Contractor shall comply with Mission Assurance Category (MAC) II, Classified per DoDD 8500.1, DoD Information Assurance Certification and Accreditation Process (DIACAP) and DoDI 8500.2 (to include Attachments 1, 2 and 3, and Enclosures 3 and 4). • The PCSS Contractor shall develop a certification and accreditation (C&A) document and artifact packages. • The PCSS Contractor shall support the IA and C&A testing with the LTRS SE&I. • The PCSS Contractor's design and subsequent implementation of the PCSS project shall be in compliance with Security Technical Implementation Guides (STIGs) and Security Configuration Checklists for which applicable STIGs/Checklists have been published on the Defense Information Systems Agency (DISA) website as of the date of award. E. System Engineering and Design • The PCSS Contractor shall collaborate with SE&I in the development of system and subsystem level requirements. • The PCSS Contractor shall conduct and document a thorough Reliability, Maintainability, Availability, and Dependability analysis of the architecture and deliver IAW their System Engineering Process. • The PCSS Contractor shall leverage prior work to develop an integrated EELV and LTRS specific technical baseline. This includes: - EFTS Program CONOPS, Central Test and Evaluation Investment Program (CTEIP), 2006 - CCRS CONOPS, SMC/LRR (Spacelift Range System Contract (SLRSC)), 2011 - EFTS Special Report RS-38, RCC, 2002 - EFTS Command Link Interface Requirements Document (IRD), CTEIP, 2005 - Function and Performance Requirements Doc, CTEIP, 2006-07 - COTS Hardware Users Manuals, CR-128, CTEIP (L3), 2006-7 - CCRS Replacement Project Specs, SMC/LRR (SLRSC ITT/WV), 2011 - PCSS Specs, Revision A, 2011 - LTRS Configuration Item (CI) Tree - CCRS Phase II Requirements Allocation Spreadsheet, 2012 • The PCSS Contractor shall conduct a delta-CDR IAW their System Engineering Process. • The PCSS Contractor shall deliver an operational system consisting of redundant Mission Flight Control Officer (MFCO) switch panels, redundant Central Command and site encoders, decoders, and 10kW transmitters for two redundant end-to-end command destruct strings that meet or exceed the Project Requirements Review requirements set, which supports Inter-range Instrumentation Group (IRIG), Trident (modified-IRIG), High Alphabet, and EFTS command modes. F. Logistics Support • The PCSS Contractor shall manage the development, implementation, and delivery of all relevant Integrated Logistics Support (ILS) elements and associated support resource products to include their milestones and schedules required for this project. In addition, the PCSS Contractor shall provide, analyze, and verify that the appropriate level(s) of logistics support will be delivered with the fielded system. • The PCSS Contractor shall use Commercial Off-the Shelf (COTS) manuals to the maximum extent possible to document the product. The PCSS Contractor shall review COTS manuals using Contractor Furnished Equipment Notice (CFEN) data sheet. The PCSS Contractor shall deliver COTS manuals to the Government for approval. G. Contractor Integration • The PCSS Contractor shall implement integration of the existing legacy equipment with the PCSS project. • The PCSS Contractor shall assume Operations and Maintenance (O&M) responsibility and Level-2/depot responsibility of the CCRS Replacement Phase I EDM for further development use in support of the PCSS project. • The PCSS Contractor shall leverage the CCRS Replacement Phase I and Phase II deliverables to the maximum extent possible. • The PCSS Contractor shall procure the hardware per the DoD Approved Product List (APL) upon approval from the LTRS PO. • The PCSS Contractor shall provide an obsolescence projection description of the identified hardware and criticality in the overall PCSS architecture design. • The PCSS Contractor shall follow installation procedures in effect at the ER and WR for the installation of equipment, including affixing labels on all hardware. H. Test Planning and Reporting • The PCSS Contractor shall develop and implement an approved integrated test strategy for the PCSS implementation to ensure the product meets its allocated requirements prior to delivery. • The PCSS Contractor shall develop a Development Test (DT) test plan for meeting the LTRS and Command Destruct subsystem requirements. • The PCSS Contractor shall work with the LTRS SE&I team to verify testing results and conduct testing activities per the Range approved sequence following Force Development Evaluation (FDE) and Operational Test (OT) procedures. 8. The SOC shall not exceed 20 pages in total length. All responses must conform to 8.5x11 inch pages, 1 in. margins, and font no smaller than 12 point. (The SOC cover page/table of contents pages will not count against the page limit.) This request for information is for market research only. Interested parties shall state the size of their business. The response to this RFI must identify any proprietary or confidential information that the submitter does not customarily publicly release. The protected information items must be clearly marked throughout the RFI response. 9. Please provide one (1) CD-ROM copy of your SOC, one (1) hard copy set labeled "Original" and one (1) additional working copy. All soft copies should be provided in Microsoft Office format (i.e., Word, Excel, PowerPoint, Access). Send one (1) set to the Government Contract Specialist, Ms. Juanita Edwards, Juanita.Edwards@losangeles.af.mil, 310-653-1557, and one (1) set to the Government Technical representative, Capt Jeff Fry, Jeffrey.Fry@losangeles.af.mil, 310-653-1595. The response must be received by the Due Date: 2 Feb 2012, 12:00 PM PST. Hard copies can be mailed to: Space and Missile Systems Center Attn: Ms. Juanita Edwards, LRK 483 N Aviation Blvd Bldg 270 El Segundo CA 90245 II. NAICS CODE/SMALL BUSINESS CONSIDERATION: The NAICS code is 541512 with a Small Business size standard of $25M. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, HUBZone, historically black colleges, and minority institutions. The Small Business point of contact is Mr. Willard Strozier at 310-653-1108. III. DECLARATION: This request is not a formal solicitation. Please be advised this is a Request for Information (RFI) only and does not obligate the Government to reimburse any cost associated with preparation and/or submission of this information. Nor does the RFI guarantee the Government will issue your company a Request for Proposal (RFP) or award a contract for supplies or services. The Government may use information submitted by respondents to this RFI to help assess the feasibility of an EFTS acquisition and assist in developing the acquisition strategy. IV. PLACE OF PERFORMANCE: Patrick AFB, FL, and Cape Canaveral AFS, FL; Vandenberg AFB, CA, and Pillar Point AFS, CA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/RFI-PCSS-12-32/listing.html)
- Place of Performance
- Address: Patrick AFB, FL, and Cape Canaveral AFS, FL; Vandenberg AFB, CA, and Pillar Point AFS, CA, El Segundo, California, 90245, United States
- Zip Code: 90245
- Zip Code: 90245
- Record
- SN02657898-W 20120122/120120234056-0074dccd73217169bb2b2993f3e61d40 (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 |