Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOURCES SOUGHT

58 -- Global Telemetry, Tracking and Commanding (TT&C) Services

Notice Date
1/27/2012
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
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
FA8818-12-R-0027
 
Archive Date
3/7/2012
 
Point of Contact
Lloyd L. Porterfield, Phone: 5058533679, Michael A. Reed, Capt, USAF, Phone: 5058537664
 
E-Mail Address
lloyd.porterfield@kirtland.af.mil, michael.reed@kirtland.af.mil
(lloyd.porterfield@kirtland.af.mil, michael.reed@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Global Telemetry, Tracking and Commanding (TT&C) Services General Information: Notice Type: Sources Sought Solicitation Number: FA8818-12-R-0027 Reference Number: 12-29 Posted Date: 27 Jan 2012 Original Response Date: 21 Feb 2012Current Response Date: TBD Current Archive Date: TBD Classification Code: 58 Communications, Detection and Coherent Radiation Equipment NAICS Code: 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing Contracting Office Address: Department of the Air Force, Air Force Space Command, SMC/PKTV - Space Development and Test Directorate, Kirtland AFB, NM. Description: This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified sources. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities. Responses to this sources sought are not an adequate response to a solicitation announcement. As there is no proposal package or solicitation at this time, no telephone calls will be accepted requesting a proposal package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations to be made. The Space Development and Test Directorate (SD) Mobile Range Flight (MRF) contemplates issuance of a solicitation for use of commercial services to support Global Telemetry, Tracking and Commanding (TT&C). Background: The Mobile Range Flight (MRF) has three core missions: 1. Receive, record, and relay booster telemetry data to support Research, Development, Test & Evaluation (RDT&E) and operational customer requirements; 2. On-orbit checkout: Provide early-orbit test and calibration and provide insertion-orbit verification; 3. Contingency Air Force Satellite Control Network (AFSCN) support as required: emergency maintenance requirements, downtime to support system upgrades and support during system outages.   The mission of the Space Test Branch (SDTT) is to: 1. Provide worldwide satellite booster and early on-orbit TT&C for the United States launch community; 2. Support surrogate AFSCN commanding and real time status of health relay for Low Earth Orbiting (LEO) Satellites in the S-band (2.2-2.4Ghz) frequency range; 3. Support the space and telemetry communities with receive, relay, record, and play back at data rates ranging from 32kbps to real time relay (several Mbps) of telemetry and commanding. Support of these three missions can span the EM Spectrum from L band through X band. Additionally, these missions require services from locations around the globe. MRF needs additional commercial services which can be leveraged with minimal lead time and little to no cost associated with dormant periods between missions. In preparation, SD is conducting market research and seeking sources that have the ability to provide services in support of the TT&C missions worldwide. Services may be provided by fixed stations or mobile assets, and services may be in one, some, or all bands of the EM spectrum currently used for sending telemetry and commanding to and from various craft (e.g. rockets, missiles, boosters, aircraft, spacecraft, etc). The Government will determine the qualifications of sources based on the statements of capabilities submitted. Instructions for Submission: SMC/SDTT requests interested, qualified sources who can meet the requirements, respond to this synopsis with a written Statement of Capability (SOC). 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. The SOC shall contain pertinent and specific information addressing the following areas: a. A description of the company's available services which could be leveraged to receive, record, relay, and play back telemetry across L-band, S-band, USB, C-band, and X-band i. Include technical parameters of antenna systems, data throughput capacity of electronics/comm suites connected to antenna systems, and personnel required to provide services for each system. ii. Provide geographic reference to highlight areas the company is capable of supporting. b. A description of the company's capability to interface with the AFSCN or other US DoD Satellite Operations Centers. c. A description of the company's status regarding certification and accreditation in accordance with applicable Department of Defense regulations and instructions on Information Assurance. d. A description of any limitations on response time, data throughput, EM spectrum use, foreign operating rights, e. Based on the available services to be leveraged, cost of services. Note: the government intends to seek pre-priced menu items to minimize lead time from need for services to provision of services. Cost should account for any non-recurring expenses in setting up any new communication hubs or other infrastructure to allow connectivity with the MRF or AFSCN f. Description of company's business model used to secure customer funding for services provided. Should describe process by which the company supports a customer from initial contact to final close-out of effort. Solicitation Information: Any SOC not addressing all the above requirements will be rejected for the purposes of making set aside determinations. The SOC is limited to 25 pages. Submit only unclassified and non-proprietary information if possible. If proprietary information is deemed essential, all proprietary information should be clearly marked and associated restrictions on Government use identified. All potential offerors shall include company size status under North American Industry Classification System (NAICS) 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. Submit all responses to this synopsis to SMC/PKTV, Attn: Capt Michael Reed, 3548 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776. In addition, electronic copies shall also be transmitted to Capt Reed at Michael.Reed@kirtland.af.mil and to Mr. Lloyd Porterfield at Lloyd.Porterfield@kirtland.af.mil. Responses from small businesses (SB) and small disadvantaged businesses (SDB) are highly encouraged. If you are interested only in subcontracting possibilities, please indicate this clearly in your submission. Please identify your company as either foreign owned or US owned. If US Owned, firms responding should indicate if they are a small business, an 8(a) firm, a historically black college or university, or a minority institution. The government reserves the right to set this acquisition, or portions thereof, aside for small businesses, 8(a) firms, historically black colleges or universities, and minority institutions. For this proposed acquisition, the definitions in FAR 19.001 and small business size standard for NAICS 334220, size standard 750 employees apply. The research and test data produced under a resultant contract may contain Militarily Critical Technology List (MCTL) information whose export is restricted by the Export Control Act (Title 22, U.S. Sec 2751, et seq) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq). Only those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. Request certification and registration from the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49106-3412 as soon as possible. An Ombudsman was appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels during the proposal development phase of this acquisition. Potential offerors should communicate first with the Contracting Officer to request information, pose questions, and voice concerns before contacting the Ombudsman. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact: Center/MAJCOM Ombudsmen Mr. James H. Gill 483 North Aviation Boulevard El Segundo, CA 90245 (310) 653-1789 For general contracting information, please contact SMC/PKTV, Mr. Lloyd Porterfield at Lloyd.Porterfield@kirtland.af.mil or 505-846-5093. Place of Performance: SMC/PKTV Contracting Division 3548 Aberdeen Avenue SE Kirtland Air Force Base, New Mexico 87117-5778 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-12-R-0027/listing.html)
 
Place of Performance
Address: SD/PKT, Contracting Division, 3548 Aberdeen Avenue SE, Kirtland Air Force Base, New Mexico, 87117-5778, United States
Zip Code: 87117-5778
 
Record
SN02662700-W 20120129/120127234416-ea948520828da0ae4707ec60ff5f9197 (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.