MODIFICATION
A -- Space Control Architecture Development
- Notice Date
- 1/30/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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
- 11-27
- Archive Date
- 2/29/2012
- Point of Contact
- Gregg Chilson, Phone: 310-416-1508, Christian Y. Balmaceda, Phone: 310-535-2657
- E-Mail Address
-
gregg.chilson@losangeles.af.mil, christian.balmaceda@losangeles.af.mil
(gregg.chilson@losangeles.af.mil, christian.balmaceda@losangeles.af.mil)
- Small Business Set-Aside
- N/A
- Description
- *The purpose of this amendment is to provide situational awareness to industry in regards to the SCAD follow-on. This is purely informational and there is no request for additional information. The original sources sought synopsis closed in Jan 2011 and remains closed. The Government continues market research and acquisition planning activities. If this requirement does materialize and a decision is made to go open market, we estimate the synopsis followed by the solicitation to be released in 4th Qtr FY12 or 1st Qtr FY13. Please continue to monitor FBO.gov for any updates.* The Space Superiority Systems Directorate (SY) is seeking interested contractors to provide services for the Space Control Architecture Development (SCAD) follow-on effort to ensure continuity of service for architecting analysis. The Government intends to use the responses to this synopsis to assess market conditions. Pertinent NAICS Code is 541712 with size standard of 500. This contract will support the analysis of systems, capabilities, and concepts within the space control mission areas of offensive space control (OSC), defensive space control (DSC), space situational awareness (SSA) and space command and control (C2). In addition to program support via papers and studies, ongoing architecture support includes development, coding, and integration of various commercial and non-commercial software models and applications to provide assessments of potential space control capabilities and their relative operational impacts. The contract will support a comparison of technical requirements of existing and proposed programs within the Space Control mission area against pertinent state-of-the-art capabilities of industry, government, and academia. The contract will facilitate the creation of technology investment roadmaps to ensure critical technologies and technical shortfalls are identified and addressed. These requirements may be met through deliverable products and contractor support over the course of five years (one base year and four option years) with approximately 85,000 hours of effort over each year. The contractor will be required to use specialized government furnished software models to perform analysis and solve architecting problems. The software tools use Excel, Matlab, and STK as an architecture backbone. The successful contractor must be able to utilize the software, if selected, from the first day of contract performance. The successful contractor may need to develop additional analytic tools as mission areas become more mature. The Government may require the delivery of the source code and documentation for any contractor developed analytic tools used in this effort for future government use. In performing the SCAD contract, the successful contractor will conduct studies, analyses, and make recommendations for the future make up of SYSW OSC, DSC, C2, and SSA systems. As a result, the successful contractor may have "unequal access to information" while performing this contract. The contractor shall not provide systems engineering in support of another contractor serving in a prime contractor development role for any current or future system. The contractor shall not evaluate itself in any source selection or evaluate any products delivered under other contracts. As a result of the "unequal access to information", the contractor, subcontractors and individuals supporting the SCAD effort will be subject to restrictions for future SMC/SY development and certain support contracts and will have an Organizational and Consultant Conflicts of Interest (OCI) mitigation plan detailing organizational and individual personnel concerns when appropriate. All interested parties may submit a written Statement of Capability (SOC) containing the following information: executive summary, technical description of the offeror's experience and knowledge of Air Force Space Command space control systems, Concept of Operations (CONOPS), cost estimation, and architecture; description of facilities and equipment intended for use in support of this effort; contact vehicle recommendations; and proof of security clearances. Interested parties should have experience in the analysis of Air Force Space Command military systems and capabilities, to include development of analysis software and tools. They must also have detailed knowledge of Air Force Space Command space control systems, capabilities, and their operations across all mission areas (OSC/DSC/SSA/C2). To mitigate schedule risks, interested parties must have an expert understanding of ongoing development efforts and developments in space control. Interested parties must be ready to initiate or continue analysis and products immediately upon contract award. Interested parties must also have expertise in developing, analyzing, and quantifying various concepts to form Families of Systems (FoS) that meet performance requirements. These FoS descriptions must include credible performance, cost, and schedule data to provide sufficient system trade spaces for decision-making. Interested parties must also have knowledge of current and planned space control policies and their effects on FoS. All interested parties must have the appropriate clearances to handle government equipment and information up to, and including TS/SCI/SAR and have accredited SCIFs at the locations of primary performance to ensure contract performance upon award of a contract. Contractors shall perform this contract in the Los Angeles, CA and Colorado Springs, CO areas. The contractor may be expected to have accredited facilities in both of locations to support recurring meetings with SY and AFSPC. Support for meetings will be required at other locations. Responses to this synopsis must be received via email to each POCs listed below: by 31 January 2010. Responses must be in electronic format (MS Word 2003 or newer, or PDF), and must conform to 8.5" X 11" page size, type 12 font, one-inch margins. Submittals must not exceed 10 pages (single sided) in length. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests. Submittals that contain classified materials must be coordinated with either the primary or secondary points of contact. Any interested party in this area of expertise may submit a SOC. Response from small and small disadvantaged business is encouraged. All interested parties must be capable of supporting all tasks described above by the second quarter of government fiscal year 2012. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. No contract award will be made on the basis of responses to this notice. An Ombudsman 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 Mr. James Gill, USAF AFSPC SMC/PK at (310) 653-1789.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/11-27/listing.html)
- Record
- SN02663454-W 20120201/120130234145-9373ae8d2333afc517fb5b5436d54fb0 (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 |