SOURCES SOUGHT
V -- Sources Sought- Space Explorations Technologies Corp. (SpaceX) Fleet Wide Surveillance
- Notice Date
- 1/29/2018
- Notice Type
- Sources Sought
- NAICS
- 481212
— Nonscheduled Chartered Freight Air Transportation
- 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
- FA8811-18-R-0003
- Archive Date
- 2/28/2018
- Point of Contact
- Dzung (June) Dom, Phone: 3106533696, Capt Joseph Banaszek, Phone: 310-653-3761
- E-Mail Address
-
dzung.dom@us.af.mil, joseph.banaszek@us.af.mil
(dzung.dom@us.af.mil, joseph.banaszek@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This request is to survey industry. This request is for planning purposes, and does not constitute an invitation for bids, request for proposals, quotes, or indication that the Government will contract for the items contained in this notice. The Government will not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses. The Space and Missile Systems Center (SMC), Launch Systems Enterprise Directorate (LE), is searching for vendors that can fulfill the requirements to accomplish Space Explorations Technologies Corp. (SpaceX) Fleet Wide Surveillance. The purpose of the requirement is to provide the United States Government (USG) with SpaceX's Falcon 9 and Falcon Heavy launch vehicle technical data, infrastructure and services necessary to allow the USG Evolved Expendable Launch Vehicle (EELV) program office to perform fleet wide surveillance and analysis of SpaceX's processes and launch operations at Cape Canaveral Air Force Station (CCAFS), Kennedy Space Center (KSC) and Vandenberg Air Force Base (VAFB). Fleet surveillance includes but is not limited to launch base testing, launch vehicle processing, launch site modifications and construction, design reviews, non-Government missions' launch operations and non-Government missions' post-flight/test analysis. The Contractor shall provide these services for all non-Government missions to support USG fleet surveillance requirements. The USG Team performs mission assurance and fleet surveillance as outlined in AFI 21-214, Space Launch Maintenance and Mission Assurance and AFSPCI 10-1208 Spacelift Operations. The USG Team monitors Contractor-performed launch base activities by viewing tests and launch operations data, monitoring voice communications, viewing Closed Circuit TV (CCTV) video, and by witnessing launch site processing and testing. It is imperative that fleet surveillance be implemented with a "see and hear what the Contractor sees and hears" philosophy such that the USG Team can perform independent assessments of Contractor testing and operations using the same information and communications that are being used by the Contractor. The Government anticipates the Contractor's decision-making tools and processes may evolve. As such, the Contractor shall be responsible for maintaining commonality and access between all their tools and those provided to the USG Teams. The North American Industry Classification System (NAICS) code for this effort is anticipated to be 481212. The small business size standard is 1500 employees. Small business and Small disadvantaged businesses are encourage to respond if capable of providing service listed. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. Interested parties are invited to upload a capability statement of no more than three (3) pages, and no smaller than 12 point Times New Roman font. The capability statement should demonstrate the interested firm's understanding, capability, approach, and qualification in meeting the work requirements identified in Attachment 1, SpaceX NSS Unique Infrastructure and Fleet Wide Surveillance PWS. Additionally, all capability statements must include (not counting towards the 3 page limit): the name of the firm, or firms if a teaming arrangement is proposed, point of contact, phone number, and address of firm(s). The Government will review the capability statement to determine if the interested firm is capable of satisfying the requirements based on its demonstrated understanding, capability, approach, and qualification. This Sources Sought Announcement is issued solely for informational and planning purposes only and is not a solicitation. All information received in response to this announcement that is marked "Proprietary" will be handled accordingly. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of a respondent's submission or the Government's use of such information. The information obtained from industry's response to this notice may be used in the development of an acquisition strategy and future RFP. Please send responses via email with a subject heading of "SpaceX Fleet Wide Surveillance" to Technical POC William Nelson, william.nelson.60@us.af.mil Phone: 310-653-0912, and include the primary and secondary contracting points of contact. Responses must be received by 13 February 2018, 3:00 PM PST. Please send any questions to the same email address above. Telephone responses will not be accepted. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. Disclaimers and Notes: The following companies/organizations may be involved in reviewing the comments provided: Federally Funded R&D Centers (such as The Aerospace Corp); Systems Engineering and Technical Assistance (SETA) contractors (such as Tecolote); all are bound by appropriate non-disclosure agreements with the Government. For further information regarding these agreements, contact the Contracting Officer identified below. All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8811-18-R-0003/listing.html)
- Place of Performance
- Address: TBD, TBD, United States
- Record
- SN04802358-W 20180131/180129230852-54fbd5487f5f3edaa57a8338dffa333e (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 |