SOURCES SOUGHT
18 -- Systems Engineering and Integration
- Notice Date
- 9/26/2012
- Notice Type
- Sources Sought
- 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
- 12-94
- Archive Date
- 11/10/2012
- Point of Contact
- Juanita D. Edwards, Phone: (310) 653-1557, Michael D.Trottier, Phone: (31) 653-2785
- E-Mail Address
-
juanita.edwards@.US.af.mil, michael.trottier@.US.af.mil
(juanita.edwards@.US.af.mil, michael.trottier@.US.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Description / Purpose: This Request for Information (RFI) for SMC/RN is for Systems Engineering and Integration (SE&I) services. Background: The Space and Missile Systems Center (SMC), Spacelift Range and Network Systems Division (SMC/RN), Los Angeles Air Force Base, California (LAAFB), is seeking to identify sources for Systems Engineering and Integration (SE&I) services. These SE&I services shall be performed in various locations, to include Los Angles, Vandenberg AFB, Patrick AFB, Florida, Colorado Springs. Work under the proposed effort is tentatively scheduled to commence in Dec 2013 and may continue for up to 5 years. Interested parties are advised that award of an SMC/RN SE&I contract would likely result in Organizational Conflicts of Interest (OCI) that would preclude participation in or competition for contracts for Launch & Test Range Systems (LTRS) and/or Air Force Satellite Control Network (AFSCN) modernization, modifications, and sustainment efforts. Please be advised that the SMC/RN RFI includes the following services/areas: Architecture Production; Roadmap Production; Systems Engineering and Integration; Configuration/Data Production & Management; Test and Evaluation (T&E); Independent Verification and Validation (IV&V); Systems Safety Engineering; Systems Security Engineering & Information Assurance (DIACAP); Integrated Logistics Support and Integrated Master Schedule Production and Management, etc. This is a request for information 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. Instructions for submittals are provided below. The Government may use information submitted by respondents to this RFI to help assess the feasibility of an SMC/RN SE&I acquisition, and to assist in developing a potential acquisition strategy. SMC/RN's mission is to develop, acquire, deploy, modernize, upgrade, support and sustain the nation's LTRS and AFSCN. LTRS delivers command and control, tracking, telemetry, communications and safety systems to support DoD, civil, and commercial space launch operations using responsive and effective spacelift capability, assuring continued access to space for the warfighter. The LTRS consists of the systems at Eastern Range, with its headquarters at Patrick AFB in Florida, and the systems at Western Range, with its headquarters at Vandenberg Air Force Base in California. The LTRS architecture is comprised of twelve (12) different intricate and complex subsystems, which function in concert to fulfill mission requirements for safely launching and providing telemetry information from all military, civil, and commercial spacelift vehicles/payloads. These 12 subsystems are: Command Destruct, Communications, Data Handling, Safety, Optics, Planning & Scheduling, Radar, Surveillance, Timing & Sequencing, Telemetry, Weather, and Simulators/Labs. The AFSCN provides telemetry, tracking and control (TT&C) services by supplying a space communications infrastructure and network services to the various space programs. This communications infrastructure consists primarily of three separate interfaces: Network Segment, Commutation Segment, and Range Segment. The communications segment consists of the Operational Control Nodes (OCN) that serve as nodes into which users connect their systems to use AFSCN services such as TT&C. These OCNs then route the data to and from the remote tracking stations (RTSs) using the Defense Information Systems Network (DISN); more commonly known as the Communications Segment. 22 SOPS, located at the primary operational control node, accepts contact requests from users and creates a schedule based on availability of assets, possible Radio Frequency Interference (RFI) and Conjunction Assessment (CA). The schedule is then published and electronically transmitted to all users and Remote Tracking Stations (RTS); commonly known as the Range Segment. 22 SOPS and RTS operators configure equipment for space vehicle contacts based on this schedule and reset the equipment when contacts are completed. The AFSCN also provides data recording services for users. The SE&I's role in the accomplishment of this mission will involve, but is not limited to, production of and/or implementation of both LTRS and AFSCN architecture and engineering management plans, roadmap production, systems engineering and integration, configuration/data production & management, T&E, IV&V, systems security engineering, integrated logistics support and integrated master schedule production and management, requirements analysis, engineering trade studies (including life cycle costs), interface control documents (ICDs), engineering management processes (including configuration management), LTRS and AFSCN standards, risk management, engineering models, information assurance assessments and recommendations to positively migrate the LTRS and AFSCN enterprises in accordance with the vision and mission of the Air Force Space Command (AFSPC) HQ. In addition to the above steady-state functions, SMC/RN leadership expects the most rigorous and disciplined engineering processes and SE&I technical expertise (hardware and software) to immediately: - Assist the Government team in accomplishing its mission objectives through the provision of technical expertise. The contractor will work cooperatively with the Government program management in support of LTRS and AFSCN missions. The contractor shall provide support including, but not limited to: systems engineering, development engineering, site fielding and operations, system safety engineering, system certification and accreditation, software engineering, acquisition security support, etc. - Establish and maintain the LTRS baseline across ER and WR. This includes producing, updating, balancing, controlling, and tracing specifications, ICDs, performance metrics, etc., and all associated databases, to ensure the continuous professional integration of operational capability improvements and engineering changes to the LTRS program, over time. - Formalize and manage the LTRS engineering change process and conduct detailed performance/schedule/risk impact analyses for all requests for changes (RFCs) to the LTRS baseline. (Cost impact analyses shall be coordinated with other Government sources). Once the RFCs are approved by LTRS engineering boards, the Government shall pass the specifications to another contractor for design, production, implementation, and test. - Analyze and evaluate AFSCN development and modification projects for technical feasibility relative to the network architecture and relevant specialty engineering (e.g., reliability, maintainability, availability, etc.) requirements to include compliance with the applicable military, federal, intelligence, state, local, contract, commercial, international statutes, etc. The contractor shall identify technical shortfalls in the ability of those projects to integrate with the desired interfaces or meet the applicable system and specialty-engineering requirements, and shall recommend courses of action to resolve any shortfalls.The SE&I shall professionally prepare, track, and communicate the technical status of all LTRS and AFSCN projects, in particular their compliance with the Government's functional and performance requirements and ICDs, and their technical (hardware and software) integration success into their respective operational space. Responses: Potential sources shall provide enough information in their Statement(s) of Capabilities (SOC) to demonstrate they have performed/supported systems engineering and integration contracts on DoD Range programs of similar complexity, have an understanding of SMC/RN mission and future technology challenges, and can provide the capabilities requested. A minimum DoD security clearance of Secret will be mandatory for all personnel supporting this effort. Interested parties must submit an unclassified SOC along with supporting documents described below. Responses should address any potential Organizational Conflicts of Interest (OCI) and, if possible, address mitigation strategies. Additionally, if teaming with other contractors, provide the name of the contractors. If a teaming agreement is in place please provide a copy of the agreement. The SOC(s) shall not exceed 25 total single-sided pages in length. All responses must conform to 8.5x11-inch pages, with font no smaller than 12 point. (The SOC cover page/ table of contents pages and any teaming agreements are not part of the Capability Statement and will not count against the page limit). This sources sought synopsis is for market research only, seeking qualified prime contractors. Responses from small business and small, disadvantaged business firms are highly encouraged. Interested parties shall state the size of their business. This sources sought synopsis is for information and planning purposes only and does not constitute a Request For Proposal. 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 costs associated with submission of the SOC(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/12-94/listing.html)
- Place of Performance
- Address: SMC-Space and Missile Systems Center 483 N. Aviation Blvd El Segundo, QCA 90245 - Range and Network Systems Division, El Segundo, California, 90245, United States
- Zip Code: 90245
- Zip Code: 90245
- Record
- SN02899250-W 20120928/120926235443-c2b3fe0b3504eab728b78a6b493d4bed (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 |