SOURCES SOUGHT
R -- Wideband Global SATCOM (WGS) On-Orbit Operations and Logistics Sustainment Support II (WOOLSS II)
- Notice Date
- 1/29/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering 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
- FA8823-19-R-0001
- Archive Date
- 3/6/2018
- Point of Contact
- Crystal L. Price, Phone: 719-556-2469
- E-Mail Address
-
crystal.price.6@us.af.mil
(crystal.price.6@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Space and Missile Systems Center (SMC) Military Satellite Communications (MILSATCOM) Logistics and Operations Support Division (SMC/MCL) located at Peterson AFB, Colorado, is seeking sources for the requirement listed below. The Government intends to award a contract for a base period of one year with six one-year options. If all options are exercised, the period of performance would be from 1 January 2020 through 31 December 2026. This planned effort will replace the work currently being performed under the Wideband Global SATCOM (WGS) On-Orbit Operations and Logistics Sustainment Support contract with The Boeing Company, which is scheduled to end December 31, 2019. Specific contract requirements include, but are not limited to performance of the following: SUSTAINING/SYSTEMS ENGINEERING: The Government will require performance of Sustaining/Systems Engineering for all aspects of the WOOLSS II contract. The Contractor will be required to implement and maintain a disciplined systems engineering approach that continuously assesses the satellite-system's technical health against documented performance requirements, system trends, and sustainment alternatives. Provide Engineering and Technical Management Support for all requirements, tasks, and deliveries to plan, organize, administer, and oversee the execution of systems sustaining engineering processes. Host and conduct a working groups to provide WGS stakeholders a common knowledge base of identified WGS constellation problems, technical assessments, corrective actions, and other pertinent program information. Implement a Configuration/Data Management program for all data, documentation and configuration items. Analyze and provide results of mission and other requirement impacts of discrepancies and anomalies. Facilitate the preparation, control, coordination, and status reporting of Engineering Change Proposals (ECPs) and Specific Change Notices (SCNs). The Contractor will be required to provide WGS space-vehicle engineering and technical advisory support to include expertise in all satellite subsystems, orbit determination, maneuver planning, fuel estimation, and mission life predictions. Implement system sustaining engineering approaches to predict, measure, and manage the technical performance of each on-orbit WGS satellite to include: benchmarking; data comparison to the technical baseline; reliability, maintainability, and availability engineering; modeling and simulation of the satellite; end-to-end systems integration and test; fault management; support of WGS-unique information, software, and database maintenance; satellite telemetry analysis and trending; satellite anomaly resolution to include root cause investigations; orbital analysis; space-vehicle safing and mission restoration activities; reach-back; reach-forward and support of satellite station change, on-station (nominal), and anomaly operations. Provide technical advisory support for Wideband Satellite Communications Operations Management System Network (WSOMSNET) outages and troubleshooting of the WSOMSNET connection. Provide technical advisory support for the Global SATCOM Configuration and Control Element (GSCCE) configuration settings, operating modes, GSCCE to Command and Control System - Consolidated (CCS-C) interface, and hardware configuration. Provide software maintenance and configuration management of the WGS Flight Software, Satellite Simulator (SATSIM), Platform Applications Software (PAS), Satellite Systems Engineering Database (SSED), and Payload Pointing Solution (PPS) products. Provide services in accordance with documented procedures that adequately assess risk and result in no adverse impacts to operations to include: satellite and payload health trending; operations advice, recommendations, assessments, technical reports, engineering resolutions and analyses. Update and make available satellite reliability predictions and assess any life-limiting factors. Provide on-site (Schriever AFB) presence with satellite-system engineering and technical advisory support to assist the 50th SW and 4th Satellite Operations Squadron (4 SOPS) satellite operators in the performance of all operations related tasks. Operate and sustain on-orbit operations and associated infrastructure for the WGS constellation. Provide and maintain a 24/7 on-call WGS satellite-system technical support. Support WGS satellite anomaly/discrepancy restoration to include conducting command sequence reviews, analyzing component failures, determining redundancy management actions, participating in Satellite Anomaly Recovery/Resolution Team (SART), and initiate anomaly/discrepancy reporting. Provide recommendations to create, modify, and delete new or existing procedures. Support orbit management analysis and maneuver performance assessments as required to support orbit management tasks. Support development of constellation redeployment plans. Support Satellite Collision Avoidance (COLA) during normal operations and during satellite repositions: review and analyze the regular Conjunction Assessment and Close Approach predictions for the constellation; create optimal COLA maneuver options; produce a conjunction notice summarizing the close approach situation including any recommended actions; and, develop co-location strategy when necessary and monitor the satellite co-location situation. SOFTWARE & DATABASE SUSTAINMENT: Provide sustainment support for software and database products, as required to meet the operational requirements. Provide technical guidance when specific software/database changes impact the interface and interoperability of WGS ground control systems or other external interfaces. Prioritize Software Change Requests (SCRs), Deficiency Reports (DRs), and Database Change Requests (DBCRs) (SCRs/DRs/DBCRs) in support of implementing corrective actions into a software/database release. Perform software maintenance on the WGS satellite flight code. As needed, deliver a tested, configuration-controlled flight software release for on-orbit operational use. Integrate and test Information Assurance Vulnerability Alerts (IAVAs), vendor security updates, Anti-Virus Engines and Virus Definitions that apply to WGS SATSIM host-computers' Operating System, as well as the licensed Commercial-Off-The-Shelf (COTS) software applications that are part of the WGS SATSIM system as a whole (i.e. hardware and software). Analyze problem and enhancement reports such as SCRs, DRs, and DBCRs to include documenting investigation results and technical solutions, and implementing solutions. Verify the intended functionality of all changes to any platform control software, databases and operational procedures off-line prior to their installation and execution in the intended operations environment. Perform Operational/On-Orbit Checkout support and documentation to be performed with and used at operations of the software/database. LOGISTICS SUSTAINENT SUPPORT: Utilize, maintain, and provide support for the technical manuals and publications, the engineering tools, satellite bus and payload simulators, and integration and test facilities. Manage and maintain all WGS related licenses, service contracts, warranties, and subscription services. Provide Integration and Test facilities to maintain all associated systems. Provide systems security related support, as requested/or directed by the Government. Maintain the security accreditation and posture of the Integration and Test facilities along with the classified repository, as set by DSS requirements for the system. Accomplish and maintain Information Assurance documentation, including security verification artifacts, to support Government System Certification and Accreditation activities to include Authorizations to Operate (ATO), Authorizations to Connect (ATC), and Authorizations to Test (ATT). Instructions: Interested parties are invited to submit an unclassified Statement of Capability (SOC) by 19 February 2018 that addresses the ability to satisfy the above requirements to Crystal Price at crystal.price.6@us.af.mil. Oral communications are not acceptable. All responses must conform to 8.5 x 11-inch pages, font no smaller than 12-point, and a maximum of 20 pages. The SOC must include the following information: 1) Company name, mailing address, points of contact, telephone numbers and email addresses; 2) Business size classification (large, small, or other); 3) Experience in WGS Satellites or similar technologies; 4) Ability to satisfy the Government's performance requirements described above without the government providing any technical data. All responsible sources may submit a SOC, which will be considered. Responses from small business and small, disadvantaged business firms are highly encouraged. The applicable North American Industry Classification System (NAICS) code is 541330 with a size standard of $15M annually. If your company is interested only in subcontracting possibilities, please indicate this clearly in your SOC submission. Any information submitted in response to this synopsis is strictly voluntary. This synopsis is for information and planning purposes only; it does not constitute a request for proposal. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any cost associated with submission of a SOC. The Government will use any information received for planning purposes in support of market research and to improve the understanding of industry capabilities in response to the SOC. An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program director 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. The Ombudsman is Mr. James Tisdale, SMC/PKX, and (310) 653-1889.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823-19-R-0001/listing.html)
- Place of Performance
- Address: 1050 E. Stewart Ave., Peterson Air Force Base, Colorado, 80914, United States
- Zip Code: 80914
- Record
- SN04803133-W 20180131/180129231409-7326ca9f18414b04de7b54384502b260 (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 |