MODIFICATION
R -- Launch & Test Range System (LTRS) Systems Engineering & Integration (SE&I)
- Notice Date
- 8/12/2014
- 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
- 14-098
- Archive Date
- 8/30/2014
- Point of Contact
- Marc Torres, Phone: (310) 653-3274, Charles J. Briggs, Phone: (310) 653-2864
- E-Mail Address
-
marc.torres@losangeles.af.mil, charles.briggs@us.af.mil
(marc.torres@losangeles.af.mil, charles.briggs@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- I. PURPOSE / DESCRIPTION 1. The Air Force Space and Missile Systems Center (SMC) Range and Network Division (SMC/RN) has identified the need to obtain continued Systems Engineering and Integration (SE&I) support for the Launch and Test Range System (LTRS) program from 8 December 2014 to 7 January 2016, the end of the current contract with Booz Allen Hamilton until the planned competitive award of the RN SE&I follow-on contract. The Government contemplates a sole source award to extend the existing Cost-Plus-Incentive-Fee LTRS SE&I contract and is conducting market research to assess the ability of industry to meet its requirement for continued LTRS SE&I support, including determining whether the requirements may be acquired competitively. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION IS AVAILABLE AT THIS TIME. 2. The LTRS SE&I contract provides systems engineering and integration support to the nation's Spacelift Ranges at Vandenberg Air Force Base, California, and Cape Canaveral Air Force Station, Florida. The Ranges support the launch of Department of Defense, Intelligence Community, NASA, and commercial payloads into orbit and support test and evaluation of new military and civilian assets. The LTRS SE&I effort also supports sustainment, modernization, and capability delivery for both Ranges. The LTRS SE&I contractor's role in accomplishment of the mission includes the preparation and implementation of Government-approved architecture and system engineering management plans and processes, preparation of Roadmaps and Program Objective Memoranda, requirements analysis, engineering trade studies (including life cycle costs), requirements decomposition and allocation, internal and external interface control documents, Spacelift Range standards, risk management, and engineering models and simulations needed to maintain, sustain, upgrade, and modernize the Ranges. This is in accordance with the vision and mission of the Air Force Space Command to significantly increase reliability, maintainability, availability, and dependability and significantly reduce operating expenses. 3. The task areas below contain a summary of the Performance Work Statement (PWS) for the anticipated period of performance (PoP) starting 8 December 14 through 7 January 16, consisting of nine month base period and two two-month options. Due to the limited PoP, potential service providers will be expected to accomplish the following tasks effectively with no transition time to ensure no disruption to key program efforts as noted below. A draft of the PWS and Concept of Operations are available upon request to assist in understanding the requirements: a. Configuration Management and Data Management - perform configuration change control, configuration audits, and data management throughout the entire PoP for the LTRS program which consists of baseline modifications being made under separate contracts. b. Systems Engineering and Integration - perform systems engineering processes for LTRS modernization projects in development to meet key project milestones (NOTE: work is to be performed past the milestones noted. The first milestone in the PoP is supplied to give potential service providers information on required transition times): i. Modernized Eastern Range Network (MEN) to support CDR in February 2015 ii. Western Range Modernized Network (WMN) for SRR in 3QFY15 iii. Eastern Range Command Destruct Modernization (ERCDM) for DT&E in 1QFY15 iv. Western Range Command Destruct Modernization (WRCDM) for RFP release in 2QFY15. c. Engineering Management - develop and maintain a monthly-LTRS integrated master schedule (IMS) for all program acquisitions, administrate the Systems Engineering & Integration Team (SEIT) council 4 times per year starting January 2015, as well as employ a LTRS-level risk management program monthly. d. Requirements Documentation and Maintenance - perform LTRS baseline requirements and interface management and maintenance for the system and subsystem level requirements to include monthly requirements and interface working groups. Perform requirements decomposition and project requirement allocation for the following LTRS sustainment projects: i. Eastern Range (ER) Weather Information Network Display System (WINDS) Sustainment by 30 May 15 ii. Flight Operations Version 1 Front-End Process (FO-FEP) Re-host by 30 May 15 iii. Western Range (WR) Cyber Re-host by 30 April 15 iv. WR Infrastructure Re-host by 30 March 15 v. ER Central Telemetry Processing System (CTPS) Replacement by 30 Septemper 15. e. CONOPS Production and Management - Produced and manage concept of operations (CONOPS) for all LTRS modernization projects by the milestone dates noted in section 3.b. Generate concept documentation for the all LTRS sustainment projects by the due date as noted in section 3.d. f. Software Engineering - initiate software (s/w) modeling and monitoring processes for LTRS development, LTRS status, and commercial-off-the-shelf (COTS) procured s/w throughout the PoP. g. Specialty Engineering - perform reliability, maintainability, availability, and dependability (RMAD) decomposition and status reporting for the LTRS's 5,000+ configuration items and system safety for the program throughout the PoP as well as perform human factors engineering for all LTRS modernization projects noted in section 3.b and LTRS sustainment projects noted in section 3.d by the dates referenced in the previous sections. Perform information assurance (IA) support to the Information Assurance Managers (IAM) on both the ER and WR for certification & accreditation (C&A) package development and coordination for all 35 LTRS C&A packages twice during the PoP. h. Acquisition Support - generate statement of work (SOW) documents as directed by the Government for the LTRS sustainment projects as noted in 3.d. SOW due dates are 45 working days after the dates noted in section 3.d. This work also includes generation of evaluation criteria, documentation of market research, and performance of proposal independent assessments. i. Integrated Logistics Support (ILS) Analysis - perform ILS analysis on all LTRS modernization projects noted in section 3.b and LTRS sustainment projects noted in section 3.d by the dates referenced in the previous sections. j. Architecture Products - Update and generate all LTRS "as-is" and "to-be" architecture products according to DoDAF format. k. Architecture Future Planning - analyze and develop roadmaps and concepts for current and future system architecture for 2 subsystems within the PoP. l. Product Integration and Test - administer and support functions performed by the Range integrated test team (RITT) and both developmental and operational test and evaluations such as test planning, execution, and transition for the LTRS modernization and sustainment projects noted in sections 3.b and 3.d. m. Independent Verification and Validation (IV&V) - perform IV&V planning and execution on all levels of project design such as architecture, requirements, design, & testing to include anomaly reporting and engineering simulations for the LTRS modernization and sustainment projects noted in sections 3.b and 3.d. n. Special Studies - perform special studies as directed by the GGovernment on system, subsystem, and Range asset level equipment, processes, and modifications. 4. Interested parties are requested to provide answers to the following questions: a. Does your company or team possess the capability and experience necessary to effectively carry out the tasks summarized in paragraph 3. Provide specific examples for each task. b. Interested parties shall state the size of their business and, if teaming with other contractors, provide the name(s) and specific role(s) of the team members as it pertains to each task area listed below. For each team member, indicate whether it is a large business concern or a small business concern. 5. Interested parties are invited to submit an unclassified statement of capabilities (SOC) by the closing date of this announcement addressing their company or their team's ability to meet the requirements described above. Late submittals will be accepted, though timely submittal will ensure consideration in the Government's market research for the LTRS SE&I extension requirement. Any information submitted in response to this synopsis is considered voluntary. Information contained in this synopsis represents the best information available at the time it is posted and is subject to revision. II. SMALL BUSINESS CONSIDERATION The NAICS code for this acquisition is 541712, with a Small Business size standard of 1000 employees. The Product Service Code is R414. Reponses to this Sources Sought Synopsis from small and small disadvantaged businesses are encouraged and preferred. Firms responding should indicate if they are a small business, socially and economically disadvantage business, 8(a) firm, HUBZone, historically black college, or minority institution. If your company is interested only in subcontracting possibilities, please indicate this clearly in your SOC submission. SMC's Small Business points of contact are Mr. Willard Strozier and Ms. Audrey Campbell at (310) 653-1108 or smallbus@us.af.mil. III. SUBMISSION INSTRUCTIONS The SOC shall not exceed 20 pages in total length. All responses must conform to 8.5x11 inch pages, 1 in. margins, and font no smaller than 12 point. (The SOC cover page and table of contents pages will not count against the page limit.) The response to this Sources Sought Synopsis must identify any proprietary or confidential information that the submitter does not customarily publicly release. The protected information items must be clearly marked throughout the Sources Sought Synopsis response and in the Cover Page Declaration of the Sources Sought Synopsis response. Please provide one (1) soft copy of your SOC. All soft copies should be provided in Microsoft Office format (i.e., Word, Excel, PowerPoint). Respondents shall submit their responses to the Contract Specialist, Marc Torres, at marc.torres@us.af.mil. All information received in response to this sources sought synopsis that is marked as proprietary will be handled accordingly. The Government shall not be liable for or suffer from any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. If the Government requires clarification or additional information from a specific respondent, the Government may request a one-on-one discussion. IV. OMBUDSMAN Pursuant to AFFARS 5352.201-9101, an SMC Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the SMC Ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the SMC Ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the SMC Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The SMC Ombudsman may refer the interested party to another official who can resolve the concern. Before consulting the SMC Ombudsman, interested parties are encouraged to seek to address their concerns, issues, disagreements, and/or recommendations with the Contracting Officer. The SMC Ombudsman can be contacted at: SMC Ombudsman Attn: Miss Olalani Kamakau, SMC/PKC 483 N. Aviation Blvd. El Segundo, CA 90245-2808 Telephone#: (310) 653-1185 Email: olalani.kamakau@us.af.mil VI. DECLARATION This Sources Sought Synopsis is issued solely for information and planning purposes and does not constitute a solicitation. The information provided may or may not result in further action. The Government is under no obligation to acknowledge receipt of submissions or of the information received, or to provide feedback to respondents with respect to any information submitted under this Sources Sought Synopsis. The Government will not recognize anys costs associated with the submission of a Statement of Capabilities (SOC) or in response to this synopsis.. Although "offeror" is used in this Sources Sought Synopsis, your response will be treated as information only. It shall not be used as a proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/14-098/listing.html)
- Place of Performance
- Address: Los Angeles, California, United States
- Record
- SN03461897-W 20140814/140813022406-cc9f5b8ae2c0087e0e90183515ba7f98 (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 |