SOURCES SOUGHT
A -- Space Based Infrared System (SBIRS) Follow-on Sources Sought & Request for Information (RFI) #3 - SBIRS Follow-on RFI #3
- Notice Date
- 11/14/2017
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and 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
- SBIRSFORFI3
- Point of Contact
- Kirsten W. Perry, Phone: (310) 653-2540, Jerry Henry, 1Lt, Phone: (310) 653-5809
- E-Mail Address
-
kirsten.perry@us.af.mil, SMC.RSFSBIRS.FollowOnGovContract@us.af.mil
(kirsten.perry@us.af.mil, SMC.RSFSBIRS.FollowOnGovContract@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SBIRS Follow-on RFI #3 This is a combined Sources Sought Synopsis and RFI. The Government encourages respondents to leverage analysis and work conducted in the responses to the previous SBIRS Follow-on Analysis of Alternatives (AoA) RFI dated 7 May 2014, SBIRS Follow-on RFI dated 3 May 2016 and SBIRS Follow-on RFI #2 dated 22 Dec 2016. (Solicitation Number: SBIRSFO). Space and Missile Systems Center/Remote Sensing (SMC/RS) Directorate has an unusual and compelling urgency to constitute a new highly resilient Space Warfighting Construct (SWC)-based five (5) Geosynchronous (GEO) + two (2) Polar Next Generation (Next Gen) architecture, in order to counter emerging threats while operating in a contested environment. To accelerate against emerging threats, the Air Force intends to procure Next Gen Block 0 which will constitute a SWC-based three (3) GEO + two (2) Polar Next Gen architecture operational by Fiscal Year (FY) 2029, with an initial launch capability (ILC) in FY2025. The Government anticipates a full and open competition for Next Gen Block 1, which may consist of at least two Capability Development Document (CDD) compliant Next Gen GEO satellites. Next Gen Block 1 is planned to start in the early to mid FY2020 with an ILC in FY2030 to complete the Next Gen five (5) GEO + two (2) polar Next Gen architecture. The SWC-based Next Gen Missile Warning architecture requirements are documented in the Next Gen Block 0 draft Technical Requirements Document (TRD) and its classified annexes, which are derived from the draft SBIRS Follow-on CDD (dCDD) that was validated by the US Air Force in Feb 2017. The Next Gen Block 0 draft TRD requirements address specific target sets for detection and reporting and calls for a high degree of resiliency features in future satellites to increase strategic survivability in a contested environment. SMC/RS is seeking sources capable of meeting the Government's unusual and compellingly urgent need. The Next Gen Missile Warning strategy may result in a new program focused on delivering the core Missile Warning (MW) capabilities. The core MW capabilities entail the strategic survivable next-generation layer of the architecture that will provide MW equal to or greater than today's SBIRS program of record. The core MW mission will perform boost phase missile warning for all classes of targets. Based on current market research, the Government has made a preliminary assessment that Lockheed Martin Space Systems Company (LMSSC) is the only source capable of meeting the Government's Next Gen Block 0 requirements, without unacceptable schedule risks. LMSSC is the current prime contractor for the legacy SBIRS Overhead Persistent Infrared (OPIR) systems (SBIRS GEO-1 thru 6). LMSSC is also the only producer of the AF-validated nuclear hardened spacecraft that can meet the Government's strategically survivable requirements and our urgent need dates. Hence, the Government is considering soliciting and negotiating a sole source contract with LMSSC for Next Gen Block 0, which consists of three (3) Next Gen GEO satellites and two (2) Next Gen Polar free-flyer satellites, and their associated ground elements, pursuant to 10 USC § 2304(c), as implemented by FAR 6.302-2. The Government is also seeking information on interested payload vendors' capabilities to deliver a primary mission payload that meets the attached Next Gen Block 0 draft TRD requirements and schedule to support the GEO and Polar ILCs for architecture operational acceptance by FY2029. The Government is considering requiring the prime contractor to carry a minimum of two viable mission payload vendors at least through system a Critical Design Review (CDR) as part of the system development risk mitigation plan. The Government desires a light-weight resilient primary mission payload to maximize satellite resilience features (weight objective of less than 600 lbs). In order to field Next Gen resilient SVs as soon as possible, the Government is prioritizing schedule, satellite survivability/resilience features, integration into the SWC-enterprise, technical risk and meeting the core MW requirements as paramount. Launch of Next Gen satellites is to be limited to the medium Evolved Expendable Launch Vehicle (EELV) class, and the Government seeks to understand the degree to which auxiliary payloads and capabilities can be accommodated on the satellite. The Government is seeking Statements of Capabilities (SOCs) in the form of a briefing from sources interested and capable of: (1) performing as the prime contractor and satellite provider to deliver Next Gen satellites that have the required survivability/resilience features, are integrated into the SWC enterprise, meet the core MW requirements and achieve architecture operational acceptance by FY2029; and/or (2) performing as a contractor to design, build, and deliver a mission payload that meet the Government's requirements. Based on the Government's assessment, the need is to achieve first Next Gen SV ILC by FY2025. The Government is also seeking industry input on the Next Gen Block 0 draft TRD and other areas, including but not limited to, Government-mandated manufacturing, integration, and testing, that could be reasonably modified or eliminated with an appropriate level of risk that would impact schedule and cost. The Next Gen Block 0 draft TRD will be made available upon request and will be provided to one person per company. The points of contact (POC) for both the CLASSIFIED and UNCLASSIFIED section can be found on section 9.2.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/SBIRSFORFI3/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN04739268-W 20171116/171114230848-103828b88a8e9cd324bab017e8773d94 (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 |