SOURCES SOUGHT
R -- Sources Sought for IIR_IIR-M - Sources Sought
- Notice Date
- 12/17/2015
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- 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
- 15-136
- Point of Contact
- Robert M. Chernoff, Phone: 3106533128, Ann daCruz, Phone: 7195569475
- E-Mail Address
-
robert.chernoff@us.af.mil, ann.dacruz@us.af.mil
(robert.chernoff@us.af.mil, ann.dacruz@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources sought The Global Positioning System (GPS) Directorate, GPS IIR/IIR-M On-Orbit Support, (GPS IIR/IIR-M is the satellite block designation), is contemplating awarding a sole-source Fixed Price Incentive Firm Target and Cost Plus Fixed Fee type contract with a base period of one year with four one-year options. The estimated contract award date is 1 January 2017. This action will provide continued specialized engineering support and expertise to replace an expiring GPS IIR/IIR-M On-Orbit Support contract. The Government has been contracting with Lockheed Martin Space Systems Company (LMSSC) for sustainment services from 1 July 2010 - present on a sole-source basis because they have been deemed the only qualified contractor (see details below regarding support services, incentives, and data rights restrictions). The purpose of this announcement is to determine industry capability to perform the requirements on this contract. On-Orbit Support: Support for on-orbit operations will begin at contract award and continue through all exercised option years. Support will include: •1) Perform daily operations technical support •2) Perform on-orbit performance data calculations •3) Conduct evaluation and trending •4) Perform anomaly resolution activities •5) Plan and execute satellite disposals •6) Provide flight software upload support •7) Support spacecraft processor and payload processor ADA (US Government registered trademark for the programming language that operates the MIL-STD-1750 microprocessor) •8) Develop software builds/maintenance releases •9) Perform operations/maintenance of Mission Unique software support tools •10) Conduct engineering liaison support to anomaly resolution and related activities necessary to support orbital operations •11) Plan and execute integration and transition activities for the Next Generation Operational Control System (OCX) •12) Update command plans •13) Update and distribute the Orbital Operations Handbook (OOH) The Contractor shall provide for operating, hardware and software maintenance, and security activities for: •1) GPS IIR/IIR-M support systems located at Schriever Air Force Base, CO •2) The Operational Support System (OSS) located at Schriever Air Force Base, CO and Waterton, CO •3) The Spacecraft Processor Unit-Specialized Test Equipment (SPU-STE) located at Colorado Springs, CO •4) The Modernized Telecommunications Simulator (MTS) located at Cape Canaveral Air Force Station, FL. The Contractor will also provide continuing support for Space Segment to Control Segment Interface compliance, via analysis, implementation, test and documentation review of technical changes and incompatibilities. The Contractor shall also support Space Segment to Control Segment integration for all upgrade activities to either segment and ensure command procedures and databases are maintained to support on-orbit operations. The staff-hours for the tasks described above are estimated at 60,000 per year. The original GPS IIR/IIR-M satellite developer, LMSSC, is currently accountable for both negative and positive performance-based incentives for the on-orbit satellites. On 21 June 1989, the Air Force awarded contract F04701-89-C-0073 ("GPS IIR Contract") to LMSSC. Under that competitively-awarded Fixed Price Incentive Firm (FPIF) contract, LMSSC designed, developed, produced, tested and delivered 21 GPS IIR Space Vehicles (SVs) to the GPS Directorate and is currently providing on-orbit operations support for those SVs. In addition, terms of that contract include substantial positive and negative on-orbit performance incentives. These incentives are based on 100% availability of both the primary and secondary missions for all GPS IIR/IIR-M satellites. All respondent shall address how the on-orbit performance of these satellites, along with the accountability for all incentives, will be managed to minimize risk to the constellation and ensure no adverse impact to either LMSSC or the Government. Restrictions exist on the ability of the Government to use, release or disclose various items of technical data and computer software outside the Government, in accordance with DFARS 252.227-7013 - Data Rights in Technical Data-Noncommercial Items and 252.227-7014 - Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation. For example, under the existing contract, the Government acquired "Limited Rights" to the following items: •1) BGSE Hardware Design Information and Documentation and Software Documentation •2) Tank Vibration Data •3) Core Interface Chip (CIC) •4) Cross Strap Bus Interface (CBI) •5) Memory Error Unit (MEU) •6) GPS IIR Transfer Orbit Passive Nutation Damping Analysis •7) L-Band Antenna Design •8) Waveform Generator Design The Government acquired "Government Purpose Rights" to the following items: •1) Modernized Upload Test Tool (MUTT) Version 2.0 Source Code •2) DOCCMAN Software •3) Modernized Operations Upload Tool (MOPS-T) The Government acquired "Restricted Rights" to the following items: •1) BGSE Software (All Revisions) •2) Simulink Models •3) MDU Source Code •1. Place of Contract Performance: Schriever Air Force Base, CO; Waterton, CO; Colorado Springs, CO; and Cape Canaveral Air Force Station, FL. Interested contractors are invited to submit a Statement of Capability (SOC) addressing their ability to satisfy the above requirements to SMC/GPK, Attn: Ann daCruz at ann.dacruz@us.af.mil, located at 1050 E. Stewart Avenue, Bldg 2025, Peterson Air Force Base, CO 80914. Statements of Capability shall include the following information: •1) How on-orbit performance of GPS IIR/IIR-M satellites, along with accountability for incentives, will be managed to minimize risk to the constellation and ensure no adverse impact to either LMSSC or the Government. •2) How the respondent intends to obtain the necessary data rights to data and software listed above which the Government only acquired Limited or Restricted Rights, respectively, or conversely, how the respondent will perform the services described above without acquiring such rights to those items. •3) How the respondent will update flight software for both the SV Bus and Payload processors in order to resolve anomalies or provide enhanced on-orbit capabilities. •4) How the respondent will update telemetry processing software within the GPS IIR/IIR-M OSS. •5) Experience performing sustainment and operational support for GPS satellites within the past three years. •6) Company name, mailing address, points of contact, and telephone numbers. •7) Business size classification (large, small, or other). Any information submitted in response to this synopsis is strictly voluntary. If any company believes this should not be a sole-source contract the SOC should include the justification for this belief. The capabilities statement should address why the company believes that the prior sole-source justification is no longer valid. All responses are due no later than 3:00 pm MT, 04 January 2016 and must conform to 8.5 x 11-inch pages, font no smaller than 12-point, 1" margins and a maximum of 20 pages. SOC must be completely unclassified. All responsible sources may submit a SOC. Persons/entities debarred and/or suspended will not be considered and therefore are not requested to respond. Responses from small and/or disadvantaged business firms are highly encouraged. The NAICS code applicable to this Sources Sought posting is NAICS 517919, All Other Telecommunications: this US industry comprises establishments primarily engaged in providing specialized telecommunications services, such as satellite tracking, communications telemetry, and radar station operation. This industry also includes establishments primarily engaged in satellite terminal stations and associated facilities connected with one or more terrestrial systems and capable of transmitting telecommunications to, and receiving telecommunications from, satellite systems. Establishments providing Internet services or voice over Internet Protocol (VoIP) services via client-supplied telecommunications connections are also included in this industry; size standard $25M. All data received in response to this synopsis that is marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Government contract support may be utilized to review any documents submitted in response to this action. Nondisclosure agreements have been signed by Government contract support personnel and filed with the Government. The Government will not reimburse any cost associated with submitting information in response to this sources sought synopsis, nor shall any costs be allowed on any Government contract. Communicate questions/concerns regarding this acquisition to Ann daCruz, Contract Specialist, (719) 556-9475 or Robert Chernoff, Contracting Officer, (310) 653 ‐ 3128. An Ombudsman has been appointed to address concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified above. The Ombudsman is Ms. Olalani Kamakau, (310) 653 ‐ 1185, olalani.kamakau@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/15-136/listing.html)
- Place of Performance
- Address: Peterson AFB, 1050 E. Stewart Ave. Bldg 2025, Colorado Springs, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN03972589-W 20151219/151217235114-f159b26da1542d733b269fdacbc6011f (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 |