Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2008 FBO #2519
DOCUMENT

18 -- Spacelift Range Goup (LRRG) Lead System Integrator (LSI) Request for Information (RFI) - RFI--Lead System Integrator (LSI)

Notice Date
10/17/2008
 
Notice Type
RFI--Lead System Integrator (LSI)
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
08-50
 
Point of Contact
Lin A Jensen,, Phone: (310) 653-2488
 
E-Mail Address
lin.jensen@losangeles.af.mil
 
Small Business Set-Aside
N/A
 
Description
Description / Purpose: Background: The Space and Missile Systems Center (SMC), Launch and Range Systems Wing (LRSW), Spacelift Range Group (LRRG), Los Angeles Air Force Base, California, is seeking to identify sources for Lead Systems Integrator (LSI) services. These LSI services shall be performed in various locations, to include Central & Southern California, Florida, and Colorado. Work under the proposed effort is tentatively scheduled to commence in March 2009 and may continue for up to 4 years. This Request For Information (RFI) for LRRG LSI services is distinct from the recently released LRSW RFI (solicitation number LRSW-SEI-08-29) for Systems Engineering and Integration (SE&I) services. There are two simultaneous RFIs, since the Government is investigating the feasibility and benefits of a separate, dedicated LSI for LRRG to improve Launch and Test Range System (LTRS) architecture and systems engineering, IAW OSD policy for LSIs (18 Jan 07). If a contract is awarded for the LRRG LSI services, then the LRRG LSI awardee will face Organizational Conflict of Interest (OCI) issues that will likely preclude participation for any future contract(s) for LTRS modernization, modifications, and sustainment support. (Note: LRSW expects to release a future RFI for these functions in a follow-on LTRS integrated support contract during 2QTR, FY09.) Also, existing LTRS contractors face OCI issues with respect to being awarded the LRRG LSI contract. Moreover, if the Government does not separate the LRRG LSI tasks from the LRSW SE&I effort, then the OCI impacts would apply to the potential LRSW SE&I awardee. In all three cases above OCI mitigation strategies must be addressed. LRRG requests interested, qualified sources to respond to this RFI. Please be advised that the LRRG LSI RFI includes the following services/areas: LTRS Architecture Production; LTRS Roadmap Production; LTRS Systems Engineering and Integration; LTRS Configuration/Data Production & Management; LTRS Test and Evaluation (T&E); LTRS Independent Verification and Validation (IV&V); LTRS Systems Safety Engineering; LTRS Systems Security Engineering & Information Assurance (DIACAP); LTRS Integrated Logistics Support; LTRS Integrated Master Schedule Production and Management, etc. This is a request for information only and does not obligate the Government to reimburse any cost associated with preparation and/or submission of this information. Nor does the RFI guarantee the Government will issue your company a Request for Proposal (RFP) or award a contract for supplies or services. Instructions for submittals are provided below. The Government may use information submitted by respondents to this RFI to help assess the feasibility of an LRRG LSI acquisition, and to assist in developing a potential acquisition strategy. LRRG's mission is to develop, acquire, deploy, modernize, upgrade, support and sustain the nation's premier Launch and Test Range System (LTRS). Deliver command and control, tracking, telemetry, communications and safety systems to support DoD, civil, and commercial space launch operations using responsive and effective spacelift capability, assuring continued access to space for the warfighter. The LTRS consists of the systems at Eastern Range, with its headquarters at Patrick AFB in Florida, and the systems at Western Range, with its headquarters at Vandenberg Air Force Base in California. The LTRS architecture is comprised of twelve (12) different intricate and complex subsystems, which function in concert to fulfill mission requirements for safely launching and providing telemetry information from all military, civil, and commercial spacelift vehicles/payloads. These 12 subsystems are: Command Destruct, Communications, Data Handling, Safety, Optics, Planning & Scheduling, Radar, Surveillance, Timing & Sequencing, Telemetry, Weather, and Simulators/Labs. The LSI's role in the accomplishment of this mission will involve, but is not limited to, production of and/or implementation of LTRS architecture and engineering management plans, requirements analysis, engineering trade studies (including life cycle costs), interface control documents (ICDs), engineering management processes (including LTRS configuration management), spacelift range standards, risk management, engineering models, etc. to positively migrate the spacelift range enterprise in accordance with the vision and mission of the Air Force Space Command (AFSPC) HQ. In addition to the above steady-state functions, LRRG leadership expects the most rigorous and disciplined engineering processes and LSI technical expertise (hardware and software) to immediately: - Establish and maintain the LTRS baseline across ER and WR. This includes producing, updating, balancing, controlling, and tracing specifications, ICDs, performance metrics, etc., and all associated databases, to ensure the continuous professional integration of operational capability improvements and engineering changes to the LTRS program, over time. - Formalize and manage the LTRS engineering change process and conduct detailed performance/schedule/risk impact analyses for all requests for changes (RFCs) to the LTRS baseline. (Cost impact analyses shall be coordinated with other Government sources.) Once the RFCs are approved by LTRS engineering boards, the Government shall pass the specifications to another contractor for design, production, implementation, and test. The LSI shall professionally prepare, track, and communicate the technical status of all LTRS projects, in particular their compliance with the Government's functional and performance requirements and ICDs, and their technical (hardware and software) integration success into the LTRS. The future US spacelift range environment is planning for several cultural and architectural changes. These dynamics, coupled with the complexity of the LTRS program, drive the need for a more robust approach to modernizing, developing, sustaining, decommissioning, and managing the current and future LTRS architecture to support all operational launch and test missions. The contemplated LSI contractor will provide LRRG with a proactive technical management approach to enable effective LTRS engineering and program execution. Responses Potential sources shall provide enough information in their Statement(s) of Capabilities (SOC) to demonstrate they have performed/supported systems engineering and integration contracts on DoD Range programs of similar complexity, have an understanding of LRRG mission and future technology challenges, and can provide the capabilities requested. A minimum DoD security clearance of Secret is mandatory for all personnel supporting this effort. Interested parties must submit an unclassified SOC along with supporting documents described below. Interested contractors should address potential Organizational Conflict of Interest (OCI) in their SOC(s) and, if possible, submit mitigation plans with their SOC(s). No real or perceived Organizational Conflict of Interest can exist (reference FAR 9.505-1). Additionally, if teaming with other contractors provide the name of the contractors. If a teaming agreement is in place please provide a copy of the agreement. The SOC(s) shall not exceed 50 total single-sided pages in length. All responses must conform to 8.5x11-inch pages, with font no smaller than 12 point. (The mitigation plan, SOC cover page/ table of contents pages and any teaming agreements are not part of the Capability Statement and will not count against the page limit). This sources sought synopsis is for market research only, seeking qualified prime contractors. Responses from small business and small, disadvantaged business firms are highly encouraged. Interested parties shall state the size of their business. This sources sought synopsis is for information and planning purposes only and 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 costs associated with submission of the SOC(s). Submission Instructions: Submit SOC(s) in either PDF format or Microsoft Word format via 2 CDs and one hard copy to the Government Procurement Contracting Officer, Ms Lin Jensen: the Response Due Date is 3 November 2008, no later than 4:00 PM PST. The address is: LRSW/PK, Attn: Ms Lin Jensen 483 N Aviation Blvd, Bldg 270 A2-462 El Segundo CA 90245 Questions: All communication associated with this RFI shall be submitted in writing to the Government Procurement Contracting Office via email. to: lin.jensen@losangeles.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=29b680ba879e2871d9a3698478a38ca5&tab=core&_cview=1)
 
Document(s)
RFI--Lead System Integrator (LSI)
 
File Name: Minimum Qualifications Standards (2008-10-17 LRRG LSI RFI Attachment - FINAL.doc)
Link: https://www.fbo.gov//utils/view?id=b7a8fe5ddaf0538774ba4fcead964211
Bytes: 49.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Vandenberg Air Force Base, CA, Los Angeles Air Force Base, CA, Peterson Air Force Base, CO, Patrick Air Force Base, FL, United States
 
Record
SN01693054-W 20081019/081017214258-29b680ba879e2871d9a3698478a38ca5 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.