Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2012 FBO #3814
SOURCES SOUGHT

M -- Consolidated Satellite and Ground Systems Orbital Operations and Logistics Sustainment Support

Notice Date
5/2/2012
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
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
FA8823_COOLSS
 
Point of Contact
Kimberly S. McGough, Phone: 7195562919, James D. Swartz, Phone: 7195560612
 
E-Mail Address
kimberly.mcgough@us.af.mil, james.swartz@us.af.mil
(kimberly.mcgough@us.af.mil, james.swartz@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Missile Systems Center (SMC) MILSATCOM Directorate intends to release a solicitation to acquire consolidated Milstar, Defense Satellite Communications System (DSCS III) and Advanced Extremely High Frequency (AEHF) satellite operations and sustainment support. Contracted effort shall provide satellite sustaining maintenance engineering in support of satellite health and safety, and system and mission operations. Provide technical advice and satellite subsystem analysis evaluation for both normal and anomaly resolution based upon detailed design knowledge. Provide data retention and telemetry analysis including support of unique software, tools and equipment required to accomplish the analyses. Maintain all spacecraft and payload software, databases and supporting hardware. Provide AEHF/Milstar ground systems maintenance; AEHF/Milstar Mission Control Segment (MCS) Hardware maintenance; AEHF/Milstar MCS Software and Database maintenance, to include Commercial Off-the-shelf (COTS) product Maintenance and Integration; Systems Engineering Integration, and Test (SEIT); and AEHF/Milstar MCS Technical Manual Services, for the AEHF/Milstar MILSATCOM fielded systems. Provide mission control systems operational and technical support to include on-site problem resolution and engineering input to technical order changes. Operate and maintain the hardware and software in the MILSATCOM Auxiliary Support Center (MASC). Maintain government furnished property. Contractor must be able to maintain existing satellite analysis software, on-orbit spacecraft software, spacecraft simulator hardware and software and technical analyst workstation hardware and software. In addition, they must have the ability to conduct anomaly analyses, payload test and characterization, and checkout based upon satellite telemetry data, design and test histories. On-site locations include but are not limited to Schriever AFB CO, Vandenberg AFB CA, Camp Parks CA, Wideband SATCOM Operation Centers, and all mobile deployed locations. The contractor must possess or be able to obtain necessary security clearances. Lastly, the contractor shall explore and evaluate Public-Private Partnership (PPP) opportunities and implement them to the maximum extent possible when such opportunities exist. Particularly, PPP is mandated for the ground system software effort. The PPP options include but not limited to workshare, d irect sale (sales of articles and services), and lease. Specifically, supporting the sustainment of the DSCS III, Milstar and AEHF systems requires detailed design and operations knowledge of DSCS III, Milstar and AEHF satellites, payloads, and terminals design, functional interfaces, and interoperability. Hardware maintenance encompasses services to provide product integrity support; technical support; system fault isolation; urgent and emergency depot level maintenance support; organizational maintenance of the Milstar/AEHF Mission Control Segment (MCS) software and database sustainment equipment within the Centralized Integration Support Facility (CISF) at Peterson AFB Colorado; and engineering support to the operations of the Milstar/AEHF command and control equipment, which shall include, but not be limited to, the Advanced Satellite Mission Control Subsystem (ASMCS). Software and Database Maintenance encompasses services to support the sustainment of the Milstar and AEHF MCS and Schriever AFB (3 SOPS and 4 SOPS) direct mission support. System knowledge is required to maintain the databases and produce integrated software/database releases for the ASMCS and the Operations Support and Sustainment Element (OSSE). System interfaces also include support of the MILSATCOM Command and Control System-Consolidated (CCS-C) program (consisting of dual product releases and direct technical assistance as required); Test-Bed integration and activation support; and Advanced Mission Planning Element (MPE) operational software baseline maintenance and integration test support for fielding. This support includes: providing the scenario development and supplying the MPE expertise necessary to integrate MPE into operations; providing 24 x 7 MPE Software Help Desk support to assist users; performing pre-release, operational, end to end testing for MPE software being deployed to the field; performing Pre-Ops testing for each software drop in support of the software increments; providing on-site Fielding Support for operational users‘ scenario development and on-site SME testing support; providing systems engineering support for anomalies by assisting with Discrepancy Report (DR) generation and analysis; providing timely and accurate workarounds for DRs; resolving application problems with the operational use of the MPE software by the users in the field, worldwide; and providing CM control and Sys Admin support of MPE Fielding Support MPSS resources in order to ensure access to fielded and pre-fielded versions of software. SEIT encompasses Milstar/AEHF user integration support; systems engineering; system technical interface support; system configuration baseline support; system security and system test support. Technical manual services encompasses quarterly maintenance updates and quick response support to AEHF Operations Technical Order (TO) and MPE Operations and Maintenance TO. For organizational support this element includes 24 hours a day, 7 days a week on-call factory support for MOPS, OSSE, TTSE, and delivered MPE hardware (except GFP). For depot-level support it includes packaging, handling, storage, transportation, and supply support from contractor facilities. The contractor shall identify and track ASMCS failures and perform reliability assessments on six operational ASMCS through the start of sustainment activities. The period of performance is anticipated to be for 5 years and will begin in Fiscal Year 2015 lasting through Fiscal Year 2020. This is a combination of effort to the existing MILSATCOM Orbital Operations and Logistics Sustainment Support (MOO&LSS) and AEHF Interim Contractor Support (ICS) contracts currently performed by Lockheed Martin Space Systems Company, 111 Lockheed Martin Way, Bldg 157, Sunnyvale, CA 94089. The projected Request for Proposal (RFP) release date for this effort is May 2013. Interested parties must submit an unclassified Statement of Capability (SOC) by the suspense specified below demonstrating proven logistics capability or similar space and ground control systems capability for Milstar, AEHF, and DSCS III satellites and AEHF ground system; past program experience and knowledge to perform the required software, hardware, and system/anomaly analyses; system design, maintenance, integration and test; and individual spacecraft configurations, orbital operations and procedures. The SOC shall not exceed 20 one-sided pages in length. This page limit is for the SOC only and does not include the required OCI Mitigation Plan submission. Responses must be submitted in electronic form by email in MS Word 2002 or higher or PDF format and must conform to 8.5 by 11.0 inch pages, with font no smaller than 12 point, and 1 inch margins. Responses must be received by 5:00 pm (MST) 30 Business Days after the posting of this synopsis announcement. This synopsis is for information and planning purposes only; it does not constitute an RFP. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any cost associated with submission of a SOC. Information received will be considered for the purpose of conducting Market Research to develop the acquisition strategy. Responses from small business and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. The Classification Code is M – Operation of Electronic and communications facilities, and the applicable North American Industry Classification System (NAICS) code is 517919 - All Other Telecommunications (Telemetry and tracking system operations on a contract or fee basis), $25 M. Responses from interested small and small disadvantaged businesses are highly encouraged. Submit all synopsis responses to: SMC/PKL, Attn: Ms. Kimberly McGough, 1050 E Stewart Ave, Peterson AFB, CO 80914-2902. Electronic submissions can be submitted to kimberly.mcgough@us.af.mil. Inquiries may be directed to Ms. McGough via email or via phone at 719-556-2919. An Ombudsman has been appointed to address concerns from offerors or potential offerors. 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 concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is Jim Gill, SMC/PK, 310-336-1789.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823_COOLSS/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02737314-W 20120504/120502235730-741a50327f67b67be41a29222251ffd8 (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.