Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2014 FBO #4709
SPECIAL NOTICE

R -- MOOLSS Extension NOCA

Notice Date
10/14/2014
 
Notice Type
Special Notice
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Space Command, Space and Missile Systems Center-SMC/PKL, 1050 E. Stewart Avenue, Peterson AFB,, Colorado, 80914-2902, United States
 
ZIP Code
80914-2902
 
Solicitation Number
MOOLSS_Extension
 
Archive Date
10/30/2014
 
Point of Contact
Brent Jorgensen, Phone: 7195562795, Stacy Reed, Phone: 7195568751
 
E-Mail Address
brent.jorgensen.1@us.af.mil, stacy.reed@us.af.mil
(brent.jorgensen.1@us.af.mil, stacy.reed@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SMC/SB#: 15-003 Classification Code: R - Professional, Administrative and Management Support with the NAICS of 517919, size standard of $32.5M. The purpose of this Notice of Contracting Action (NOCA) is to announce the Government's intention to pursue a sole source extension for a period of up to six (6) months for the MILSATCOM Orbital Operations & Logis8808-tics Sustainment Support (MOO&LSS) 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 originally posted to FedBizOpps (FBO) on 30 Jun 08. The synopsis described the intent of the Government to combine efforts associated with Milstar/DSCS III Orbital Operations Support and MILSATCOM Logistics Sustainment Support. Interested parties were provided an opportunity to submit an unclassified Statement of Capabilities (SOC) demonstrating detailed design knowledge of Milstar and DSCS III satellites and ground systems including hardware design, test procedures, individual spacecraft configurations and orbital procedures. The SOCs were necessary to complete the market research and determine whether or not other potential sources were available to provide the required services. The Government did consider breaking out portions of the requirement where competition might be possible. The analysis, however, eventually concluded that a breakout was not a feasible approach, no significant benefits would be gained, and any derived benefits would not offset 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), Lockheed Martin Space Systems Company, was the only vendor capable of providing the highly specialized services and skill-sets to sustain an aging operational constellation. Based upon the results of the market research conducted and the aforementioned Government analysis, the Government awarded a contract for these services on a sole source basis to LMSSC on 1 Dec 09 and with performance scheduled to complete on 30 Nov 14. It was anticipated the MOO&LSS services would be combined later with the Advanced Extremely High Frequency (AEHF) on-orbit and sustainment requirements upon an AEHF Initial Operating Capability declaration by HQ Air Force Space Command. The new Combined Orbital Operations and Logistics Support (COOLS) contract award, however, has been delayed and it is now critical that the current MOO&LSS services continue uninterrupted. An extension for a period not to exceed six (6) months 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), MILSATCOM Division contracting branch (SMC/PKJ) located at Peterson AFB, CO is contemplating acquisition and award of a contract extension for sustaining support of MILSATCOM Orbital Operations & Logistics Sustainment Support (MOO&LSS). 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; 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) and Defense Satellite Communications System (DSCS) III (super high frequency - SHF/X-Band and high data rate). The MOO&LSS 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 and Milstar systems requires detailed knowledge of DSCS III and Milstar satellite bus and payload designs and operations, including functional interfaces and terminal interoperability. The period of performance for the extension is for up to six months. The projected award date for this effort is in the final calendar quarter of 2014. The anticipated contract type is Cost Plus Award Fee (CPAF). This notice expires 15 days after publication. Submit all inquiries or responses to this notice to the Contract Specialist, Brent Jorgensen, brent.jorgensen.1@us.af.mil and the Contracting Officer, Stacy Reed, stacy.reed@us.af.mil. Mailing Address: SMC/PKJ Attn: FA8808-10-C-0002 MOO&LSS, 1050 East Stewart Avenue, Peterson AFB, CO 80914.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCLGK/MOOLSS_Extension/listing.html)
 
Place of Performance
Address: 1050 East Stewart Avenue, Building 2025, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03549332-W 20141016/141014234105-ccf010b0c9b958e7b0eaaaf59247261e (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.