Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2013 FBO #4414
SOLICITATION NOTICE

R -- Combined Orbital Operations Logistics Sustainment (COOLS)

Notice Date
12/23/2013
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
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
FA8823-13-R-0014
 
Point of Contact
Crystal L. Price, Phone: 7195562469, Russell J, Shaw, Jr., Phone: 7195567341
 
E-Mail Address
crystal.price.6@us.af.mil, russell.shaw@us.af.mil
(crystal.price.6@us.af.mil, russell.shaw@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SMC/SB: 14-022 The purpose of this Notice of Contracting Action (NOCA) is to announce the Government's intention to pursue a Sole Source procurement for the Combined Orbital Operations Logistics Sustainment (COOLS) requirement. This NOCA does not constitute a Request for Proposal (RFP), nor is it to be construed as a commitment by the Government to further evaluate capability briefs, release a competitive solicitation, or award a contract. The Government will not recognize any cost associated with submission of information in response to this or previous notices. The Government will not pay for any effort expended in responding to this notice. In accordance with the Federal Acquisition Regulation (FAR) Part 5.201, a sources sought synopsis was posted to FedBizOpps (FBO) on 20 February 2013, titled Consolidated Orbital Operations, Logistics Sustainment Support (COOLSS) - FA8223_COOLSS with the NAICS of 541330, size standard of $35.5M, and Service Classification Code of R425, Engineering and Technical Services. Seven firms provided statements of capabilities in response to the FBO sources sought posting. Only one was determined to have the immediate capabilities to meet the Government's requirement, Lockheed Martin Corporation Space Systems Company. Some firms were found to possess the capabilities necessary to meet a narrow subset of the stated requirements; however no single source other than Lockheed Martin Corporation Space Systems Company could meet the full set of requirements. In addition to the above market research, the Government considered breaking out those portions of the requirement where competition might be possible. The Government's analysis concluded that the breakout was not a feasible approach to meeting the requirement, nor would significant benefits be gained through competition as compared to the potential duplication of costs by having two contractors perform the requirement. Furthermore, given the Government's limited ownership of technical and software data on the Milstar system, it was determined the Original Equipment Manufacturer (OEM) was the only vendor capable of providing the highly specialized service skill-set required to sustain an aging operational constellation. Based upon the results of the market research conducted, and the aforementioned Government analysis, the Government will acquire the services on a sole source basis. The resultant contract will be awarded under the authority of FAR 6.302-1(a)(2), Only One Responsible Source and No Other Supplies or Services Will Satisfy the Agency's requirements. While this notice of intent is for informational purposes only and is not a request for competitive proposals, interested parties including small and small disadvantaged businesses may identify their interest and technical capability to the prospective source identified below: Lockheed Martin Corporation Space Systems Company 1111 Lockheed Martin Way Sunnyvale, CA 94089 Maria Hartin-Swart 408-742-1665 Description of Services: The U.S. Department of the Air Force, Space and Missile Systems Center (SMC), Space Logistics Directorate contracting branch (SMC/PKJ) located at Peterson AFB, CO is contemplating acquisition and award of a single contract for sustaining support of Combined Orbital Operations Logistics Sustainment (COOLS). The current primary places of contract performance are Los Angeles, CA, Vandenberg AFB, CA, Sunnyvale, CA, Colorado Springs, CO, Peterson AFB, CO, Schriever AFB, CO, FE Warren AFB, WY, Camp Parks Communications Annex, CA, Wideband SATCOM Operation Centers, all mobile deployed locations and OCONUS. The Government requires sustaining engineering and logistics support for Milstar (extremely/ultra high frequencies - EHF/UHF; low and medium data rates - LDR/MDR); Defense Satellite Communications System (DSCS) III (super high frequency - SHF/X-Band and high data rate) and Advanced Extremely High Frequency (AEHF) (extremely high frequency; low, medium and extended data rates (XDR)). The COOLS effort includes satellite payload and bus sustainment, engineering and analysis; ground, satellite and payload command and control (C2) system engineering; systems integration and test; configuration management and status accounting; security engineering; help-desk and on-site technical advisors support (as required) and specialty engineering. These support functions are critical to maintaining continued day-to-day satellite/constellation operations, to resolving system-impacting anomalies when they occur and to maintaining and extending the service life of these multi-billion dollar space systems. Supporting the sustainment of the DSCS III, Milstar and AEHF systems requires detailed knowledge of DSCS III, Milstar and AEHF satellite bus and payloads design and operations, including functional interfaces and terminal interoperability. The basic period of performance is for 1 base year with 4 one-year options. The projected RFP release date for this effort is January 2014, with a projected award in the final calendar quarter of 2014. The anticipated contract type is Cost Plus Incentive Fee (CPIF), Cost-Plus Fixed Fee (CPFF) and Cost Reimbursable contract line items (CLINs). The notice expires 15 days after publication. Submit all inquiries or responses to this notice to the Contracting Specialist, Crystal Price, crystal.price.6@us.af.mil and Procurement Contracting Officer, Russell J. Shaw, Jr., russell.shaw@us.af.mil. Mailing Address: SMC/PKJ Attn: FA8823-13-R-0014 COOLS, 1050 East Stewart Avenue, Peterson AFB, CO 80914.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823-13-R-0014/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03257324-W 20131225/131223234813-d45e0f098c48504d415d4031abf6457a (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.