SOLICITATION NOTICE
A -- BLOSSOM POINT TRACKING FACILITY SUPPORT
- Notice Date
- 3/26/2013
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-13-R-JF01
- Point of Contact
- James T. Friel, Phone: 202-404-1922, Malisa Mitchell, Phone: 202-767-0397
- E-Mail Address
-
james.friel@nrl.navy.mil, malisa.mitchell@nrl.navy.mil
(james.friel@nrl.navy.mil, malisa.mitchell@nrl.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Research Laboratory (NRL) has a requirement for highly skilled personnel to support the Navy space programs development, for engineering, analysis, command, control, maneuvering, and system testing for R&D spacecraft and maintenance of the infrastructure that supports the Blossom Point Tracking Facility (BPTF). The site provides network engineering and management, and operations and management support for Low Earth Orbit (LEO), Medium Earth Orbit (MEO), Highly Elliptical Orbit (HEO), and Geosynchronous Earth Orbit (GEO) satellites. BP complements and supports NRL's skills in space systems by providing flight operations and mission data processing. BPTF consists of ground stations, operations centers, and existing infrastructure fully capable of providing space system command, control, and management for NRL (and other) customers with only minimal investment in capital and resources. This is not a new requirement. The command and control, along with facility maintenance of BPTF is currently being done Honeywell System Technology Integration of Columbia Maryland. The contractor is expected to support Command and Control of satellites, spacecraft integration and testing, spacecraft development and testing support, on orbit spacecraft checkout, testing and calibration, all software and hardware support, operations support, facilities management, budget tracking of these activities, and implementation and administration of all safety procedures. The Government anticipates award of a combination contract. The majority of the effort will be in support of a Cost-Plus-Fixed-Fee type contract for satellite support, IT services, RF services, and building maintenance, and Firm Fixed price support for grounds and janitorial maintenance. The anticipated period of performance will be one (1) year with four (4) one-year options. The contractor shall have a TOP SECRET facilities clearance, TOP SECRET storage capabilities and personnel available with DoD granted personnel security clearances commensurate with the level of access required for the performance of the contract. The North American The NRL uses Electronic Commerce (EC) to issue RFPs and amendments to RFPs. Papers copies of the RFP will not be provided. A detailed solicitation, Statement of Work with Personnel Qualifications and any amendments will be available via the internet at the URL address shown below approximately 15 to 30 days from the posting of this notice. All responsible sources may submit a proposal which shall be considered by the agency. This and other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/listrfp.htm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-13-R-JF01/listing.html)
- Place of Performance
- Address: 10050 Blossom Point Road, Welcome, Maryland, 20693, United States
- Zip Code: 20693
- Record
- SN03021315-W 20130328/130326235215-0e1018647a9e8970643df17ac271914f (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 |