Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2015 FBO #5139
SOURCES SOUGHT

R -- Sources Sought Synopsis for IIA_IIF - 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
16-028
 
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 IIA/IIF On-Orbit Support, (GPS IIA/IIF 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 expiring IIA and IIF On-Orbit Support contracts. The Government has been contracting with The Boeing Company (Boeing) for sustainment services from 1 April 2010 - present on a sole-source basis. They have been deemed the only qualified source because awarding to any other source would result in the Air Force experiencing unacceptable delays in fulfilling its requirements. 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) Develop spacecraft processor and payload processor software builds/maintenance •8) Perform operations/maintenance of Mission Unique software support tools •9) Conduct engineering liaison support to anomaly resolution and related activities necessary to support orbital operations •10) Plan and execute integration and transition activities for the Next Generation Operational Control System (OCX) •11) Update command plans •12) Update and distribute the Orbital Operations Handbook (OOH) The Contractor shall provide for operating, hardware and software maintenance, and security activities at: •1) GPS IIA/IIF support systems located at Schriever Air Force Base, CO •2) The Integrated Mission Support Operations Center (IMOSC) located at Schriever Air Force Base, CO and El Segundo, CA •3) The Satellite Telecommunications Simulator (STS) 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 330,000 per year. The original GPS IIA/IIF satellite developer, Boeing, is currently accountable for an On-Orbit Performance Plan. The IIA On-Orbit Support contract number is FA8823-10-C-0002 and the IIF Production contract number is F04701-96-C-0025. Boeing designed, developed, produced, tested, and delivered 12 SVs to the GPS Directorate and is currently providing on-orbit support for those Space Vehicles (SVs). 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 IIF Production contract, F04701-96-C-0025, the Government acquired "Government Purpose" access to the following items: •1) Failure Analysis and Corrective Action Report •2) Software Test Plan (STP) •3) Software Test Report (STR) •4) Software Product Specification (SPS) - Computer Software •5) Storage and Readiness Report •6) Handover Report 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 IIF Production contract, FA8807-13-C-0001, the Government acquired "Limited Rights" to the following items: •1) Engineering Change Proposal - Blks 20-21, 34-35, 43, and 49 •2) Request for Deviation (RFD) - Blks 18 and 23-24 •3) Missile System Prelaunch Safety Package (MSPSP) •4) Contractor Configuration Management Plan •1. Place of Contract Performance: Schriever Air Force Base, CO; El Segundo, CA; 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 IIA/IIF satellites will be managed to minimize risk to the constellation and ensure no adverse impact to 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 telemetry processing software within the GPS IIA/IIF IMOSC. •4) Experience performing sustainment and operational support for GPS satellites within the past three years. •5) Company name, mailing address, points of contact, and telephone numbers. •6) 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. 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 $32.5M. 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/16-028/listing.html)
 
Place of Performance
Address: 1050 E. Stewart Ave. Bldg 2025, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03972606-W 20151219/151217235124-25a529093141f54720d2d0ad35fcbc39 (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.