SOURCES SOUGHT
R -- Sources Sought Synopsis Space Based Space Surveillance (SBSS) Block 10 Sustainment Contract
- Notice Date
- 9/17/2014
- 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
- 14-118
- Archive Date
- 10/20/2014
- Point of Contact
- Roy Lee, Phone: 310-416-2662, Richard R. White, Phone: 3104161508
- E-Mail Address
-
roy.lee@losangeles.af.mil, richard.white.34@us.af.mil
(roy.lee@losangeles.af.mil, richard.white.34@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- •I. PURPOSE/DESCRIPTION This Sources Sought Synopsis is issued solely for information and planning purposes in support of market research being conducted by the Air Force to identify capable potential sources. Information received will be considered solely for the purpose of determining whether to conduct a competition. A determination by the Government not to compete based upon the responses to this notice is solely within the discretion of the Government. This sources sought announcement is not to be construed as a commitment by the Air Force to issue a solicitation or ultimately award a contract. The Space and Missile Systems Center's Space Superiority Systems Directorate (SMC/SY) intends to award a final contract for Sustainment support of the Space Based Surveillance System (SBSS) Block 10 System, to ensure continuity of life cycle sustainment services for the Space Situational Awareness (SSA) mission area. This is not a sources sought for the follow on SBSS system, which was announced 05 September 2014; this is for sustainment effort under the existing SBSS Block 10 program.. This effort will be based on the existing SBSS Block 10 configuration and sustainment requirements with an expected award in 3Q FY15. This effort is intending to be the final contract for the duration of the SBSS Block 10 system life which is anticipated to exhaust within 36 months. After system life has been achieved, minimal support will be provided to close out the SBSS systems. The SBSS Block 10 System is composed of a Space Segment (SS) and Ground Segment (GS). The SS is composed of a bus and optical payload. The bus systems are controlled by redundant Spacecraft Control Processors (SCP), which are part of the Command and Data Handling Subsystem. The SCP controls all other SV bus subsystems including attitude control, propulsion, communications, and power. The SBSS Block 10 payload processors include redundant Payload Electronics Boxes, the Gimbal Amplifier Assembly, the On-Board Mission Data Processor (OBMDP) and the Solid-State Recorder (SSR). The GS provides the focal point for Command, Control, Communications, and Computers of the SBSS Block 10 System and is responsible for all aspects of mission and satellite space operations, including initial and ongoing on-orbit operations, maintenance, and anomaly resolution. Many of these critical design pieces are based on proprietary technology, such as: Spacecraft bus and Space Vehicle Processor is based on Ball's BCP2000 technology. Boeing has developed the On-Board Mission Data Processor and associated software; as well as the ground segment based on the Boeing/Iridium architecture, design, and software. The Government currently does not have the data rights for the proprietary Boeing or Ball technology used in the development and current operations of the space and ground segments for the SBSS Block 10 system and the Government will not purchase or obtain these data rights by any other means. The sustainment contract tasks include but are not limited to: Organizational Level Maintenance tasks (Hardware/Software), Sustaining Engineering and SV Anomaly Resolution, Maintenance Data Collection, Special Studies, Modifications and Upgrades, Depot Level Maintenance tasks (Hardware/Software), Supply Support & Inventory Mgmt, Configuration Management, Technical Data Management, Depot Support Facility Management and Security Management. •II. SMALL BUSINESS CONSIDERATION Pertinent NAICS code for this announcement is 541712 with the applicable size standard of 1000 employees. Any business, regardless of size, in this area of expertise is encouraged to submit a Statement of Capability (SOC) to demonstrate the ability to meet [H1] the requirements listed above to show that competition would be advantageous to the Government. Responses from small and small disadvantage businesses are highly encouraged and the Government encourages teaming/partnering. Responders to this Sources Sought shall indicate whether they are a large business, small business, small-disadvantaged business, 8(a) small business, women-owned small business, HUBZone [H2] small business, veteran-owned small business, or service-disabled veteran-owned small business and all applicable North American Industrial Classification System (NAICS). Interested parties desiring to do business with the Air Force shall be registered in the DoD Central Contractor Registry. Respondents must specify if they are a U.S. or foreign owned firm. This acquisition involves data that are subject to export control requirements under the Arms Export Control Act (Department of State) or the Export Administration Regulations (Department of Commerce). •III. SUBMISSION INSTRUCTIONS Any persons or companies having knowledge of Air Force Space Command space situational awareness (SSA) mission area and believe they are capable of fulfilling a prime contractor role for this program may submit a written response. The Statement of Capability (SOC) should contain the following information: company name, address, primary POC and an executive technical summary of capabilities mentioned above. Potential sources interested in a prime contractor role must possess or be able to obtain necessary security clearances and will be required to provide a TS/SCI/SAR accredited SCIF to house Government equipment and information and have personnel with current TS/SSBIs clearances. Responses to this synopsis must be received via email to each POCs listed below no later than 05:00PM 25 September 2014. Responses must be in electronic format (MS Word 2003 or newer, or PDF), and must conform to 8.5" X 11" page size, 1" margins and a type 12 font. Submittals must not exceed 10 pages (single sided) in length. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests. Submittals that contain classified materials must be coordinated with either the primary or secondary points of contact. Any interested party in this area of expertise may submit a SOC. •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 should first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. 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 •V. DECLARATION 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 reimburse any cost associated with submitting information in the SOC response to this market research, nor shall any cost be allowed on any Government contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/14-118/listing.html)
- Place of Performance
- Address: Los Angeles, California, United States, United States
- Record
- SN03515146-W 20140919/140917235415-04785fe5fc13fbd39faf7d5b4adad419 (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 |