MODIFICATION
14 -- Systems Engineering, Test and Evaluation, Software Engineering, Integrated Logistics Support, Concept Development, Architecture Development, Systems Safety Engineering, Information Protection and Program Security. - Amendment 1
- Notice Date
- 11/29/2012
- 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
- 13-14
- Point of Contact
- Joshua Ryan Gallegos, Phone: 3106539053, Alexander Z. Konowka,, Phone: (310) 653-9981
- E-Mail Address
-
joshua.gallegos@us.af.mil, alexander.konowka.1@.us.af.mil
(joshua.gallegos@us.af.mil, alexander.konowka.1@.us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Word format of source sought CSM SETA Market Research Solicitation Number: 13-14 Notice Type: Sources Sought Classification Code: A NAICS: 541712 Description / Purpose: This Request for Information (RFI) for SMC/XRFG is for Systems Engineering Advisory and Assistance Services (A&AS). Background: The Space and Missile Systems Center (SMC), Development Planning Directorate (SMC/XR), Conventional Strike Missile (CSM) Project Office (SMC/XRFG) Los Angeles Air Force Base, California (LAAFB), is seeking to identify sources for Systems Engineering A&AS. These A&AS services shall be performed in various locations, to include Los Angeles, Vandenberg AFB and Air Force Global Strike Command (AFGSC). Work under the proposed effort is tentatively scheduled to commence in July 2013 and may continue for up to 3 years. Please be advised that the SMC/XRFG RFI includes the following services/areas: Systems Engineering, Test and Evaluation, Software Engineering, Integrated Logistics Support, Concept Development, Architecture Development, Systems Safety Engineering, Information Protection and Program Security. 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 a SMC/XRFG SETA services acquisition, and to assist in developing a potential acquisition strategy. The Conventional Strike Missile Project Office is the Air Force project office created for meeting a United States Strategic Command's (USSTRATCOM) need for the Conventional Prompt Global Strike (CPGS) capability. CSM gives Joint Forces Commander (JFC) the capability to strike globally, precisely, and rapidly with kinetic effects against high-payoff, time-sensitive targets: (1) in a single or multi-theater environment, (2) when US and Allied forces have no permanent military presence or only limited infrastructure in a region, (3) regardless of anti-access threats. The Air Force was directed to conduct CPGS risk reduction studies and hypersonic technology development activities in anticipation of a Materiel Development Decision (MDD) and entrance to Milestone A (MS-A). The mission areas of the CSM Project Office include: Thermal Protection Systems (TPS), CPGS Propulsion Systems, CPGS Weapons/Warhead Technologies, Guidance Navigation and Control (GN&C) Systems, Hypersonic Aerodynamics, CPGS Mission Trajectories, Range Communications and Advance Composite Materials. The A&AS contractor's role in the CSM mission areas will involve, but is not limited to: risk management, mission assurance, data management, technology roadmap development, mission planning, test and evaluation, software engineering, integrated logistics support, concept development, architecture development, systems safety engineering, information protection and program security. In addition to the above steady-state functions, SMC/XRFG leadership expects the most rigorous and disciplined engineering processes and SETA technical expertise to immediately: - Document and consolidate systems engineering data from CSM tests and studies in support of a potential MDD including traceability of objectives to the Prompt Global Strike (PGS) Initial Capabilities Document (ICD). - Augment systems engineering support for Defense Advanced Research Projects Agency's (DARPA) future test flight. The SETA contractor will provide subject matter expertise and oversight to DARPA's system engineering functional responsibilities such as risk management and system test and evaluation planning. - Compile timelines for each CSM mission area to include major milestones and tasks leading up to CSM ground and flight tests. The SETA contractor shall analyze the timelines, identify all potential conflicts, and propose mitigating steps to correct or avoid any conflicts. - Communicate with the 30th Space Wing at Vandenberg Air Force Base (VAFB) including Wing Safety and the 30th Contracting Squadron by facilitating and managing the appropriate documentation and milestone reviews to upgrade the Test Pad-01 (TP-01) launch pad at Vandenberg Air Force Base (VAFB). The SETA contractor shall coordinate and interface with the CSM project office and VAFB units and personnel for meeting CSM program requirements at the launch site to include technical evaluations of proposals for TP-01 projects. - Co-lead working-level Integrated Product Teams (IPTs) and working groups for each CSM mission area to establish readiness criteria that shall support inch-stones and milestones for tests, demonstrations and experiment activities. Responses: Potential sources shall provide enough information in their Statement(s) of Capabilities (SOC) to demonstrate they have performed/supported systems engineering A&AS contracts on global strike programs of similar complexity, have an understanding of the SMC/XRFG mission and future technology challenges, and can provide the capabilities requested. A minimum DoD security clearance of SECRET (with some personnel up to TOP SECRET/SCI) 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 actual or 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. The CSM Project Office has a 20% of awarded dollar amount goal for small business subcontractors. 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 (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 costs associated with submission of the SOC(s). Contracting Office Address: 483 North Aviation Blvd El Segundo, California 90245-2808 Place of Performance: SMC-Space and Missile Systems Center 483 N. Aviation Blvd El Segundo Development Planning Directorate SMC/XR El Segundo, California 90245 United States Primary Point of Contact: Felicia N. Brown, Contracting Officer felicia.brown@.us.af.mil Phone: (310) 653-2007 Secondary Points of Contact: 1 st Lt Alexander Z. Konowka, alexander.konowka.1@.us.af.mil alexander.konowka.1@.us.af.mil Phone: (310) 653-9981 1st Lt. Bobby Doyle, Project Officer Robert.Doyle.8@.us.af.mil Phone: (310) 653-9981
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/13-14/listing.html)
- Place of Performance
- Address: 483 N. Aviation Blvd., Los Angeles AFB, El Segundo, CA 90245, El Segundo, California, 90245, United States
- Zip Code: 90245
- Zip Code: 90245
- Record
- SN02938914-W 20121201/121129234144-b312cc650efa1c76ec320c43cf9735ce (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 |