Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2017 FBO #5551
SOLICITATION NOTICE

99 -- MARK IV-B Follow On

Notice Date
2/1/2017
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
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
FA882317C0003
 
Archive Date
3/3/2017
 
Point of Contact
Kimberly S. McGough, Phone: 7195562919
 
E-Mail Address
kimberly.mcgough@us.af.mil
(kimberly.mcgough@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Agency/Office : SMC/PKL 2. Contracting Office Location : 1050 E. Stewart Ave, Building 2025, Peterson AFB, CO 80914 3. Type of Solicitation : Pre-Solicitation 4. Solicitation Number : FA8823-16-R-0006 5. Date Posted : 1 Feb 2017 6. Title : MARK IV-B Follow On Contract 7. Classification Code : 99 -- Miscellaneous 8. NAICS Code : 541690 Other Scientific and Technical Consulting Services; size standard is $15,000,000 9. Is this a Recovery and Reinvestment Act Action ? No 10. Response Date : 16 Feb 2017 11. Primary Point of Contact : Kimberly S. McGough Kimberly.mcgough@us.af.mil Phone: (719) 556-2919 12. Secondary Point of Contact: Janet E. Stinson Janet.stinson.2@us.af.mil Phone: (719) 556-2073 13. Description : This announcement is a Notice of Contracting Action (NOCA) by the Space and Missile Systems Center (SMC), Remote Sensing Systems Directorate (RS), Contracting Office (PKL), Peterson Air Force Base, CO. 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 United States Air Force (USAF) MARK IV-B Sustainment Support Services program intends to issue a Request for Proposal (RFP) to be Lockheed Martin Corporation, Space Systems for a follow-on sole-source contract on the MARK IV-B ground system contract sustainment support. The prospective source for this acquisition is: Lockheed Martin Corporation, Space Systems 230 Mall Blvd King of Prussia, PA 91406-2902 POC: Mary Fishback This notice of intent is for informational purposes only and is not a request for competitive proposals. Parties interested in potential subcontracting opportunities, including small and disadvantaged businesses, need to identify their interest and technical capability to the prospective source identified above. The Government has been contracting with Lockheed Martin under this contract for the services described herein since FY07. In 2004, the Air Force experienced an Air Force Specialty Code restructure whereby the Air Force no longer trained specific MARK IV-B maintainers for the operational sites. This change resulted in relocating the MARK IV-B training suite from Keesler AFB to the Contractor facility in Pennsylvania. With this change, the contractor assumed the task of training the Air Force maintainers as well as sustaining, maintaining, and operating the test bed and training suite at their depot facility. This contract will provide opportunity for the Program Office to complete the lengthy process of finding a neutral location to which the Test Bed and Training Suite will be moved. The move to a neutral location will enhance future competition for this legacy program. Any persons or companies interested in this notice are to respond to the requirement(s) and submit their capabilities to the Government points of contact listed herein. The capabilities statement should address why the company believes that the prior sole source justification is no longer valid. The current contract period of performance ends 31 July 2017. This will be a sole source action, and the RFP will be issued no earlier than fifteen ( 15 ) days after publication of this NOCA solely to the prospective source identified above. 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." Background: MARK IV-B is comprised of eight permanent ground systems that are located worldwide and operate 24/7 by ingesting, processing, and disseminating Meteorological Satellite (METSAT) data. The contractor maintains a single test bed and training suite that mimics the operational baseline and it is located within their facility at King of Prussia in Pennsylvania. The contractor utilizes the test bed to perform day-to-day sustainment support for each of the eight operational sites. One of the core requirements for the MARK IV-B system is for the system to sustain an enduring METSAT ingest, processing, and dissemination capability for the DoD, Air Force, and ACC/A5W. The MARK IV-B system is kept up-to-date with latest METSAT sensors, software data formats, higher data rates, and faster computer processing requirements as the latest series of satellites are launched. Scope of Contract: This effort includes providing operations and maintenance support on the test-bed/training suite located at the contractor's facility and eight operational systems located around the world. The Contractor provides program management, risk management, safety and quality management; systems engineering; hardware and software maintenance; baseline configuration & data management; Technical Order management; planning, design, test, and evaluation for all system baseline upgrades due to new satellite sensor platforms and preplanned system upgrades; programmed depot maintenance; emergency depot level maintenance; operator and maintainer training; system anomaly tracking, investigation and resolution; system trending analysis; equipment and software license obsolescence management; and processing of Time Compliance Network Orders for information assurance activities for network certification & accreditation. 14. Place of Contract Performance : Eight operational sites worldwide to include: Hickam AFB, Hawaii; Andersen AB, Guam; Kadena AB, Japan; Ali Al Salem AB, Kuwait; Kapaun AB, Germany; Soto Cano AB, Honduras; Lajes Field, Azores; and Elmendorf AFB, Alaska. A Test Bed and Training Suite is currently located at the Lockheed Martin facility in King of Prussia, PA. 15. Set Aside : N/A 16. Archiving Policy : 16 Feb 2017 17. Allow Vendors to Add/Remove From Interested Vendors ? No 18. Allow Vendors to View Interested Vendors List ? No 19. Attachments : N/A 20. Is this package (attachment) sensitive/secure ? No ​
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA882317C0003/listing.html)
 
Place of Performance
Address: Eight operational sites worldwide to include: Hickam AFB, Hawaii; Andersen AB, Guam; Kadena AB, Japan; Ali Al Salem AB, Kuwait; Kapaun AB, Germany; Soto Cano AB, Honduras; Lajes Field, Azores; and Elmendorf AFB, Alaska. A Test Bed and Training Suite is currently located at the Lockheed Martin facility in King of Prussia, PA., United States
 
Record
SN04387607-W 20170203/170201234519-14428cb9b4481d11e547be7277f3adf7 (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.