|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 12,1996 PSA#1614SMC/TEKO, Directorate of Contracting, 3550 Aberdeen Ave SE, Kirtland
AFB, NM 87117-5776 L -- SPACE TEST AND ENGINEERING CONTRACT ONE YEAR FOLLOW ON SOL
F29601-96-R-0010 POC Contracting Officer, Maria E. Chavez-Mann,
505/846-6878; Technical POC Capt Jeff Mich 408/752-6923. The government
intends to issue a one year follow-on contract to the incumbent,
Lockheed Martin Technical Operations to complete the services they are
currently providing. Lockheed Martin Technical Operations is currently
assisting in the development, installation, and checkout of the RDT&E
support complex (RSC). Space and Missile Systems Center, Space and
Missile Test & Evaluation Directorate (SMC/TEO), otherwise known as
Detachment 2, SMC, requires the services listed below. The planned
effort includes the following areas: (1) technical support for all
planning, readiness, launch, on-orbit test & evaluation operations,
transition support, and analysis activities required to exploit unique
high risk experimental and developmental spacecraft, ballistic
missiles, and boosters, (2) the management and operations of
specialized space test operations facilities: including the test
support complex (TSC) at Onizuka ASN, Sunnyvale, CA, and the SMC
demonstration laboratory at Falcon AFB, Colorado Springs, CO, (3)
systems management/engineering to include, operational requirements
definition, coordination of technical solutions, user acceptance
testing, mission unique system modifications, and system tool
implementation on the following specialized space test operating
systems, a) assist in the development, installation, and checkout of
the RDT&E support complex (RSC) at Kirtland AFB, Albuquerque, NM, b)
the COTS software, open architecture command and control system
developed at Det 2's Center for Research Support at Falcon AFB, c) the
main frame based command and control system developed and supported by
SMC/CW and known as CCS, and d) communications links to satellite
control networks including the Air Force Satellite Control Network
(AFSCN), Eastern Test Range (ETR), Western Test Range (WTR), and
spacecraft and booster contractor facilities. (4) interface support to
satellite launch and control ranges including the AFSCN, ETR, WTR, (5)
support for the activation and test & evaluation of operational
satellite programs, (6) programs security support to include OPSEC,
COMSEC, and product security, (7) training support for efforts on this
contract and conduct of satellite operational training for the test
and evaluation operations personnel. This training support includes, a)
analyzing space test and development support training requirements, b)
developing initial and recurring training support materials and c)
conducting training and certification classes for personnel supporting
space test operations. The estimated period of performance of the
proposed contract is anticipated to be a 12 month, level of effort
commencing 01 October 1997. The level of effort will be a cost plus
award fee contract of approximately 150,000 hours of technical service
with a 100% option hour surge capability within the 12 month period of
performance. The effort of the STEC follow-on will, over the course of
the 12 months, be transitioned from OAS to KAFB. In order to reduce
the high mission risk to the government during the change in operating
systems & locations, and to maximize competition, the Air Force
proposes to satisfy its requirements in two separate contractual
actions. This notice of contractual action is for the follow-on to the
existing contract F04690-92-0529. This notice of contractual action
will be followed by a sources sought for a 5 year contract (1 year
basic with 4, one year options). The expected period of performance for
the 5 year contract will commence on 01 October 1998. The 5 year
competition can not occur at this time due to the inability of the
government to accurately define the requirements because of system
transition, the lack of a stable operating baseline, the lack of
defined operating processes, the lack of system characterization to
create training, and physical relocation of the operating system. Those
interested in the one year continuation of services are to provide a
statement of capability. The statement of capability (SOC) for the 1
year continuation of services contract number F04690-92-0529 will be
evaluated on all task areas with emphasis on the following: Mission
planning, orbit management, program management, systems
management/engineering, real-time command and control, spacecraft
anomaly resolution, spacecraft data analysis, preparation for and
conduct of launch and early orbit operations, activation and test of
new spacecraft and ground systems at multiple locations, support to the
development of new spacecraft, space operations training, and programs
security. Past experience required includes: (1) demonstrated on time
and within budget fulfillment of prior contractual commitments, (2)
demonstrated good commercial practice for the administration, control
and performance of contractual requirements, and (3) related recent
activities similar to those above. The contractor shall provide
evidence of qualified individuals and past experience with regards to
the above areas. All personnel supporting this contract must be U.S.
Citizens and possess at least a Secret security clearance. The
contractor must have the ability to obtain a Top Secret Facility
Clearance at contract award. The contractor must demonstrate that at
least 20% of the supporting personnel have a favorable Special
Background Investigation dated 01 October 1993 or later at contract
award. The support efforts will occur principally, but not solely, at
the following three work locations: Kirtland AFB, NM, Onizuka ASN, CA,
and Colorado Springs, CO area principally at Falcon AFB, CO. Support
may also be required at locations such as AFSCN sites, contractor
facilities, and AF & DoD program offices. The qualifications response
shall be limited to a maximum of 15 pages not including resumes. Submit
only unclassified information for evaluation and consideration. Submit
qualification response, Original to: SMC/TEKO (Maria E. Chavez-Mann),
3550 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776. One copy to: Det 2,
SMC/PM (Capt Jeff Mich) 1080 Lockheed Way, Onizuka ASN, Sunnyvale, CA
94089. Interested contractors must indicate whether their interest is
as a prime or subcontractor. Respondents will not be notified of the
results of the evaluation of information submitted. This is not a
Request for Proposal. The government does not intend to award a
contract on the basis of information submitted nor otherwise pay for
information solicited. Foreign firms should be aware that restrictions
may apply which preclude participation in this acquisition. Replies to
the SOC must reference RFP number F29601-96-R-0010 and be received no
later than 3:00 PM Mountain time and 3:00 PM Pacific time on 1 Jul 96.
The solicitation will be released on or about 30 Aug 96. Interested
contractors must indicate whether they qualify under Standard
Industrial Code 8731, Size standard 1000 employees, as a small
business, 8(a), or a historically black college or university or
minority institution. The government reserves the right to set-a-side
these services for 8(a) program, small business, or historically black
colleges and universities/minority institutions based on responses to
this synopsis. An Ombudsman has been appointed to hear concerns from
offerors or potential offerors during the proposal development phase of
this acquisition. The purpose of the Ombudsman is not to diminish the
authority of the Program Director or Contracting Officer, but to
communicate contractor concerns, issues, disagreements, and
recommendations to the appropriate government personnel. Before
contacting the Ombudsman, potential offerors should first communicate
with the Contracting Officer. In those instances where offerors cannot
obtain resolution from the Contracting Officer, they are invited to
contact the PL Ombudsman, Col James D. Ledbetter, Phillips Lab Vice
Commander at (505) 846-4964, or at 3550 Aberdeen Avenue SE, Kirtland
AFB NM, 87117-5776. When requested, the Ombudsman will maintain strict
confidentiality as to the source of the concern. The Ombudsman does
not participate in the evaluation of proposals or in the source
selection process. For contracting issues please contact Maria E.
Chavez-Mann at 505/846-6878. For technical issues, please contact Capt
Jeff Mich at 408/752-6923. (0162) Loren Data Corp. http://www.ld.com (SYN# 0033 19960611\L-0001.SOL)
L - Technical Representative Services Index Page
|
|