Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2014 FBO #4696
SOLICITATION NOTICE

R -- Defense Satellite Program (DSP) Sustainment Contract

Notice Date
10/1/2014
 
Notice Type
Presolicitation
 
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
14-097
 
Archive Date
10/31/2014
 
Point of Contact
Christopher Lee, Phone: (310) 653-4764, Doreen Grosvirt-Dramen, Phone: (310) 653-3295
 
E-Mail Address
christopher.lee.44@us.af.mil, doreen.grosvirt-dramen@us.af.mil
(christopher.lee.44@us.af.mil, doreen.grosvirt-dramen@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of Contracting Action The US Air Force Defense Support Program (DSP) intends to issue a Request for Proposal (RFP) to Northrop Grumman Electronics System (NGES) for the follow-on contract to the current DSP On-orbit Support and Sustainment Contract (DOSSC) to provide factory and operations site(s) support and sustainment to the on-orbit DSP satellite constellation, with a period of performance beginning in FY 15 with one six-month base award and four (4) one-year options. This will be a sole source action, and the RFP will be issued no earlier than 15 days after publication of this Notice of Contract Action (NOCA). The statutory authority for this action will be contracting by Other than Full and Open Competition, 10 U.S.C.2304(c)(1), as implemented by FAR 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." Specifically, FAR 6.302-1(a)(2)(iii)(A) states that services may be deemed to be available only from the original source in the case of the follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. A Federal Business Opportunity (FBO) Sources Sought notice requesting Statements of Capability (SOC) for this requirement was published 10 January 2013. The title of this posting was "Defense Support Program (DSP) Sustainment Contract (DSC) follow-on contract to the DSP On-Orbit Support and Sustainment Contract. The proposed effort will begin on 1 Oct 2013 and continue through 30 Sep 2018 (Basic with four priced one-year options)." The solicitation number was "DSC." Another FBO Sources Sought notice was published 2 October 2013 entitled "Defense Support Program (DSP) Sustainment Contract (DSC) follow-on contract to the DSP On-Orbit Support and Sustainment Contract. The proposed effort will begin on 1 Oct 2013 and continue through 30 Sep 2018 (Basic with four priced one-year options)." The DSP mission uses highly technical non-imaging infrared and other sensors to detect ballistic missile launches, space launches, endoatmospheric and exoatmospheric nuclear detonations, and reports them to US and allied forces and assets deployed worldwide through the Integrated Tactical Warning and Assessment (ITWAA) configuration control processes. The DSC will require the following support: (1) Technical support to operational missile warning on-orbit constellation satellites, trending analysis, performance and data archive, as well as the training of new personnel; (2) Space based non-imaging infrared mission performance assessment for real-time mission support and infrared event data analysis; (3) Operational satellite and payload anomaly support to include root cause determination and implementation of corrective actions; (4) Contractor facility supporting on-orbit operations (either from the factory or at the ops site) must be Defense Security Service (DSS) certified and capable of processing classified information as required by the DSP constellation. The contractor retains responsibility for recapitalization and/or replacement of any hardware/equipment obsolescence throughout the duration of the contract; (5) Program support includes management of contractor team and contract/business operations segment to track financial issues and deliverables; (6) Capability to develop software tools and implement command plans; and (7) Support at various government sites. In addition, the government may seek to continue efforts currently on the DOSSC as follows: (1) rapid prototyping of data processing enhancements that maximize the utility of DSP data and maintain mission capability of aging assets; and (2) mission processor initiatives. Interested parties must possess knowledgeable, capable, and experienced individuals with the proper security clearances who can provide real time assistance/guidance to government satellite operators at the Mission Control Station and any backup site supporting operations. Any persons or companies interested in this notice are to respond to the requirement(s) and submit their capabilities to Christopher Lee at christopher.lee.44@us.af.mil no later than 1700 Pacific Daylight Time on 16 October 2014. The capabilities statement should address why the company believes that the prior sole source justification is no longer valid. Any responses must conform to 8.5 X 11-inch pages, with font no smaller than 12-point, and it shall not exceed three pages. Small Business companies with the capability to perform this requirement are encouraged to participate. The small business size standard for this requirement is NAICS 541712. This announcement is for information and planning purposes only. It does not constitute a Request for Proposal and is not to be construed as a commitment by the government. The Government will not pay any cost associated with the submittal of information solicited herein. All related communications that contain proprietary information should be marked as such. Verbal responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/14-097/listing.html)
 
Place of Performance
Address: California, United States
 
Record
SN03539111-W 20141003/141001234357-39858fe61463e51fd5f4bb5c49c187ab (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.