SOLICITATION NOTICE
A -- Global Positioning System (GPS) Modernized Space Receiver (MSR) Progressive Competition and Down-Selection Planned Activities Including System Design Review (SDR)
- Notice Date
- 12/21/2006
- 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, 483 North Aviation Blvd, El Segundo, CA, 90245-2808, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-07-15
- Response Due
- 1/22/2007
- Archive Date
- 2/6/2007
- Description
- NAICS Code 541710 ? Research and Development in the Physical, Engineering, and Life Sciences ? SBA size standard is 1000 for this code. The purpose of this pre-solicitation notice is to announce The Global Positioning System Wing (GPSW), Space and Missile Systems Center (SMC)?s planned activities for the progressive competition and down-selection for the acquisition and production (Phases B/C and D) of the Global Positioning System (GPS) Modernized Space Receiver (MSR) program as described in Request for Proposal (RFP) FA8807-05-R-0001 dated 20 April 2006 and as amended via RFP Amendments 0001-0006 issued 19 May 2006, 01 June 2006, 23 June 2006, 21 July 2006, 08 August 2006, and 29 August 2006, respectively. GPS MSR is a phased acquisition; Phase A includes trade studies and refinement of the Technical Requirements Documents and the Protection Profile. Phase A has a 9-month period of performance from 28 September 2006 through completion of System Design Review (SDR). The requirements of Phase B/C include the development and delivery of 5 Developmental Flight Units (DFUs) that are flight worthy, 5 Engineering Developmental Units (EDUs) for early testing in the laboratory, and 15 MSR classified algorithmic digital chips for security certification activities. The period of performance for Phase B/C is 36 months after contract award of Phase B/C. Phase D includes annual production options with the Government?s minimum requirements of two MSR units each year. The period of performance for Phase D is 2010 through 2020. Throughout Phases B/C and D, the Government may also procure Developmental Flight Units (DFU) Support, Production Flight Unit (PFU) Support, as well as Special Studies and Classified Special Studies as necessary for the MSR Program. RFP FA8807-05-R-0001 resulted in contract awards to General Dynamics C4 Systems, Inc. and ITT Industries Space Systems, LLC for Phase A activities. The RFP and resulting contract awards provide for a down-select to a single contract. The Call for Improvements (CFI) RFP envisioned in the down-select is scheduled for release on or about 27 April 07. The CFI RFP will include complete proposal preparation instructions and proposal evaluation criteria. To be competitive, potential offerors for Phases B/C and D that are not incumbents must be able to clearly demonstrate their capability to perform the Phases B/C and D work and demonstrate system maturity necessary to successfully perform the subsequent Phases. To meet the requirements of the CFI RFP for the down-select, potential offerors who are not currently performing Phase A contracts will be required to include in their proposals the same contractual documents required by RFP FA8807-05-R-0001 and RFP Amendments 0001-0006. Specific information and instructions with respect to these documents are contained in RFP FA8807-05-R-0001 and RFP Amendments 0001 through 0006 thereto. These and other GPS program documents are available to all potential offerors for the down-select in the MSR Bidder?s Library. To gain access to the MSR Bidder?s Library contact Ms. Jamie Moos at (310) 726-1669 or by e-mail at jemoos@arinc.com. In addition to establishing a Bidder?s Library account, potential Offerors desiring to access MSR documentation from the Bidder?s Library must have the following Public Key Infrastructure (PKI) components: (a) A DoD Common Access Card (CAC) with a valid PKI certificate, along with a CAC reader and software, or (b) A DoD-approved External Certification Authority (ECA) certificate (http://iase.disa.mil/pki/eca/index.html). Any questions in regards to obtaining a CAC or ECA, should be directed Mr. John Pezan at (310) 653-3208 or by email at john.pezan@losangeles.af.mil. The approximate timeframe for processing a CAC or ECA is eight (8) weeks. The process time for access to the MSR Bidder?s Library website is approximately one (1) week for Offerors currently possessing a CAC or ECA. In order to demonstrate an offeror?s technical capability and system maturity, competitors (including those not currently performing on MSR Phase A contracts) will be required to perform a SDR as required in RFP FA8807-05-R-0001. The MSR SDR will be a review to ensure that the offeror?s proposed MSR can proceed into preliminary design and that all system requirements and functional performance requirements reflected in the Technical Document (TRD)/Protection Profile (PP), as updated through the results of the trade analysis conducted during Phase A by the Requirements Technical Interchange Working Group (RTIWG), are defined. Further, the SDR will ensure that those system and functional performance requirements are consistent with program budget, schedule, risk and other system constraints. The SDR will determine whether the MSR functional definition is decomposed to a level sufficient to begin preliminary design. Completion of the demonstration shall provide: 1. An established system functional baseline; 2. An MSR risk assessment; 3. A System/Subsystem Description Document (SSDD), and; 4. A program development schedule including hardware and software critical path drivers. 5. Results of trade studies, to include Cost As an Independent Variable (CAIV) trades. A successful SDR shall be predicated upon the Government's determination that the MSR performance requirements and plans for design and development form a satisfactory basis for proceeding into preliminary design. Time for SDR has tentatively been set-aside on 10-12 July 07 and the SDR will take place at the offeror?s facility. Details for scheduling the SDR will be included in the CFI RFP. As stated in Section M - Evaluation Factors for Award (page 1), RFP FA8807-05-R-0001, and Section H ? Special Contract Requirements (SCR), SMC ? H014 of the resulting contracts, the criteria for the Government?s selection of the best overall offer will include best value assessment of the CFI proposal, innovation and cost justification demonstrated in Trade Studies, successful completion of design review with a robust, compliant, and low risk design for development and production, successful compliance with all contract requirements, responses to the Government provided Engineering Process Questionnaire (EPQ), responsive and effective management, and technical competence. The Government reserves the right to change these evaluation criteria at any time. Specific evaluation criteria will be provided in the Government?s CFI RFP. Information associated with the MSR Program may be classified up to SECRET. Offerors and their teammates interested in competing will be required to have a minimum of SECRET facility clearance and personnel cleared to the SECRET level prior to award of the resultant contract. Only offers submitted by U.S.-owned companies performing within the continental United States or its territories will be considered for award. This pre-solicitation notice is for planning purposes only and shall not be considered a request to submit proposal or otherwise by considered as a commitment by the Government. To aid in planning and scheduling events with respect to the down-select competition, request offerors (other than those currently performing Phase A contracts) interested in competing, provide the Government with a Statement of Interest and Capability (SIC). The SIC should describe the prospective offeror?s team, each team member role in the MSR program, capabilities of each member of the team, experience of each team member in performing efforts each team member will be proposed to provide. At a minimum, the SIC should cover (1) military GPS receiver development, (2) space-qualified GPS receiver development, and (3) GPS M-code. SICs shall be no more than ten pages and shall be submitted to SMC/GPSW/PK (ATTN: Ms. Cathy Butler, 483 N. Aviation, El Segundo, CA 90245-2808 or via email to cathy.butler@losangeles.af.mil. Responses to this notice must be received not later than 30 calendar days after initial publication in FedBizOps.
- Record
- SN01201236-W 20061223/061221220733 (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 |