SOLICITATION NOTICE
A -- Orbital Deep Space Imager (ODSI) Program
- Notice Date
- 3/11/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
- ZIP Code
- 90245-4659
- Solicitation Number
- Reference-Number-32
- Response Due
- 3/21/2005
- Description
- The Space and Missile Systems Center (SMC) Space Superiority Materiel Wing (SY) intends to extend three existing concept study efforts for the Orbital Deep Space Imager (ODSI) Program. The Boeing Company, Lockheed Martin Space Systems Company, and Northrop Grumman Space Technology were competitively awarded ODSI Concept Study contracts in January 2005 for pre-Phase A activities. Our intent is to extend these contracts from pre-Phase A to system design review to allow each corporation to continue their pre-Phase A development efforts, hold a System Requirements Review in FY06 and a System Design Review in FY07. The anticipated award date is 1 August 2005 with a period of performance of 22 months. Additional qualified companies may submit a written Statement of Capabilities (SOC). A qualified company is determined to be one whose SOC satisfies requested program requirements and meet the outlined security prerequisites within this announcement. Interested parties must have a strong understanding of the Space Control mission, the Space Situational Awareness sub-Mission, and how ODSI integrates into these mission areas, including detailed knowledge of Air Force Space Command space control systems and how to integrate into existing military infrastructure. Prospective companies must have prior experience serving in a prime contractor role on space programs of similar scope/size as ODSI (responsible for acquisition of space, ground, link, and data dissemination segments; system/component integration and test; spacecraft-to-launch vehicle integration; deployment; initial operational support; and sustainment of a multi-satellite constellation). The offeror must be cleared to handle government equipment and information up to, and including, Top Secret-SCI/SAR. Interested parties must currently have sufficient numbers of personnel with current Top Secret SSBIs and sufficient Top Secret-SCI accredited special compartmented information facility (SCIF) space to perform System Design Review-level developmental work on a Major Defense Acquisition Program, and have a plan for providing adequate personnel and SCIF space to accomplish ODSI objectives during all phases of the program. All SOCs should be received within ten (10) days from the date of publication of this announcement. Interested parties shall submit three (3) copies of their capability statements to the following address: SMC/SY, Attn: Rudie Galbert, 2420 Vela Way, Suite 1467, Los Angeles AFB, CA 90245; phone 310-416-1508; fax 310-416-1725. No contract award will be made on the basis of offers or proposals received in response to this notice. (Please note: Applicable NAICS size standard is 1,000 employees.)
- Record
- SN00766938-W 20050313/050311212002 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |