Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SPECIAL NOTICE

A -- National Space Situational Awareness (SSA) Concept Call and Submission for Concepts - Attachments A, B, & C

Notice Date
3/16/2010
 
Notice Type
Special Notice
 
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
10-24
 
Archive Date
6/18/2010
 
Point of Contact
Joseph Seto, Phone: 310-416-1698, Barbara Golf, Phone: 310-535-2692
 
E-Mail Address
joseph.seto@losangeles.af.mil, barbara.golf.ctr@losangeles.af.mil
(joseph.seto@losangeles.af.mil, barbara.golf.ctr@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment C - Concept Call Architecture Tool Worksheets Attachment B - Concept Call Data Request Form Attachment A - Concept Call Security Clearance Form OVERVIEW: The National Space Situational Awareness (SSA) Community (represented by SSA agencies from the Department of Defense (DoD), the Intelligence Community, the Civil Community, other Departments, and the National Labs) is announcing its intent to solicit state-of-the art SSA concepts from industry, academia, federally funded research and development centers (FFRDCs), and government agencies under this Special Notice. THIS ANNOUNCEMENT CONSTITUTES THE CALL FOR CONCEPT DATA ONLY. DO NOT SEND A PROPOSAL. This Special Notice is made up of two sections: 1) General SSA Requirements and 2) Specific National SSA Architecture Gaps. Section 1: General SSA Requirements: Headquarters Air Force Space Command (HQ/AFSPC), Air Force Research Laboratory (AFRL), Electronics Systems Center (ESC), National Air and Space Intelligence Center (NASIC), Space and Missile Systems Center (SMC), and United States Strategic Command (USSTRATCOM) are seeking both space-based and terrestrial-based concepts, to include materiel and non-materiel concepts that will enable and enhance the nation's future SSA capabilities, feasible for the 2010 through 2030 timeframe, in the area of performance, reliability and affordability. Areas of interest include but are not limited to concepts that enhance the performance of the nation's SSA capability or significantly reduce cost, schedule, or risk of existing DoD SSA capabilities (e.g. United States Strategic Command's Space Surveillance Network (SSN), National Aeronautics and Space Administration (NASA) space debris cataloging capabilities, National Oceanic and Atmospheric Administration (NOAA) space environmental monitoring capabilities, Intelligence Community collection, processing, exploitation and production capabilities that support SSA). Section 2: Specific National SSA Architecture Gaps: The National SSA Community is seeking both space-based and terrestrial-based concepts, to include materiel and non-materiel concepts that would mitigate specific gaps in the National SSA Architecture. These gaps are classified and will be presented at the SECRET//NOFORN// level from 0800 - 1100 and TOP SECRET//SI/TK/NOFORN// level from 1230 - 1600 on April 21, 2010 in El Segundo, California. It is recommended that Offerors with TOP SECRET//SI/TK/NOFORN// clearances attend both sessions. For further instruction, please refer to the "Concept Call Instructions" section of this document. Note: The National SSA gaps will be outlined in the National SSA Initial Capabilities Document (ICD) (co-led by AFSPC and the National Security Space Office (NSSO)) which will be complete in June 2010. The National SSA ICD and Architecture are being developed in response to National Security Presidential Directive-49 (NSPD-49). This directive broadens the Secretary of Defense's responsibilities beyond DoD to include SSA for all United States Government space capabilities as well as selected commercial and foreign space capabilities. RESPONSE INSTRUCTIONS: Offerors responding to this Special Notice are encouraged to submit concepts for Section 1, Section 2, or both. Offerors are not required to submit concepts for both sections. Each response shall include a cover letter (.doc), a PowerPoint Presentation (.ppt) and, if applicable, an Excel file (.xls). All responses shall be Microsoft 97-2003 compatible. Response by and participation from appropriately qualified small and small disadvantages businesses is highly encouraged. Unclassified responses to this announcement may be submitted on CD-R by mail to Capt. Joseph Seto, SYSW/ENN, 483 N. Aviation Blvd, El Segundo, CA 90245. Unclassified responses may also be submitted by email to Capt Joseph Seto at joseph.seto@losangeles.af.mil and Mrs. Barbara Golf at barbara.golf@losangeles.af.mil. Offerors submitting a classified concept(s) must pre-coordinate with Mr. Reginald King at (310) 416-1578 before submitting. Please contact Mr. King no later than one week prior to the due date. Note: This Special Notice will remain open for 45 days from the date of Concept Call. No awards will be made from this Special Notice. The cost of preparing responses to this announcement is not considered an allowable direct charge to any contract. Prospective Offerors are to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA). Offerors can complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with the required registration in the Central Contractor Registration (CCR) database. Submitted concepts may be revised or merged by the Government to develop alternative concepts. Offerors are cautioned that only Contracting Officers are legally authorized to bind the government. Foreign or foreign-owned Offerors are advised that their participation is subject to a foreign disclosure review. Foreign or foreign-owned Offerors should immediately contact the contracting focal point, SYSW/PK, Los Angeles AFB, CA: Mrs. Aine A. Nakai, (310) 416-1732, aine.nakai.ctr@losangeles.af.mil, for information if they contemplate responding. RESPONSE CONTENT REQUIREMENTS: Each response shall include a cover letter (.doc), a PowerPoint Presentation (.ppt) and, if applicable, an Excel file (.xls). All responses shall be Microsoft 97-2003 compatible. Responses shall be limited to one cover letter, 6 charts and 1 completed Excel file per concept. The Government will not consider any additional pages of material in excess of this limitation. Multiple concepts within the purview of this announcement may be submitted by each Offeror. The purpose of the content requirements is to preclude unwarranted effort on the part of an Offeror. Outline: (1) Cover Letter: The cover letter should reference this Special Notice number, the Special Notice Section (1 or 2) to which the Offeror is providing a response, and the specific capability the response will provide and/or gap it will fill. The cover letter should also provide technical and contracting points of contact (including name, phone number, and email address), CAGE code, and include statement indicating if the firm is a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) Certified Business, a HUB Zone certified business, a Woman-Owned Business concern, a veteran-owned small business, or a service-disabled veteran-owned small business. The cover letter must be signed and dated by an authorized official of the organization. (2) PowerPoint Presentation: The PowerPoint Presentation shall include the following items. (a) Overview Chart: This chart shall include a pictorial operational overview and a concept title as well as identify the concept enablers (i.e., dependencies on other systems/processes, such as intelligence or C2 systems, that must be in place for this concept to function). (b) Technical Description Chart: This section shall include up to 2 charts. These charts shall describe the planned technical approach and how the approach will be executed. They shall describe the Concept of Employment or Concept of Operations as well as the techniques, materials, or ideas with which the concept advances the nation's space situational capability. Note: For non-material concepts, the charts must include recommended changes in the Concepts of Operations with respect to SSA. (c) Performance Chart: This chart shall clearly identify the specific gaps/problems being addressed and the concept's anticipated contribution to the overall SSA architecture's performance. (d) ROM and Schedule Chart: This chart shall outline a rough order of magnitude (ROM) Life Cycle cost (LCC) estimate with high level schedule details on the milestones for development, achieving initial operational capability (IOC), and twenty years of sustainment that form the basis of estimate. The outline should indicate whether concept enablers are included in the estimate. Concepts that provide shorter timeframes must provide a description of their availability (e.g., a demonstration with a two year availability for SSA use or a contributing sensor with 20% of time available for SSA as a secondary priority). (e) Risk Chart: This chart shall describe the risks of developing and fielding the concept to include any estimated Technology Readiness Levels or limiting factors (e.g., system cannot be used at night or during specific weather conditions). The Offeror must use a font size no smaller than 10-point font. Smaller type may be used in figures and tables as long as it is clearly legible. The PowerPoint Presentation may include narrative in the notes section of each slide. The notes shall be no more than 1,200 characters (not including spaces) per slide. (3) Excel Spreadsheet(s): If applicable, Offerors shall populate the attached architecture tool worksheets. Please follow the instructions in Attachment C, Concept Call Architecture Tool Worksheets. Offerors should populate the worksheets to the best of their ability. Important Note: Concepts that cannot be readily modeled (e.g., characterization concepts) are considered of equal importance and will be included the evaluation. CONCEPT CALL INSTRUCTIONS: Offerors interested in participating in the classified Concept Call must pre-coordinate their visit with Space Superiority Systems Wing (SYSW) security and the Concept Call POCs. In order to meet security requirements, the following registration process must be completed by 1600 PST on 7 April 2010. How to Register for the Concept Call: 1. Visit the following registration page: https://einvitations.afit.edu/NationalSSAConceptCall/index.cfm 2. R.S.V.P. by selecting the "Click Here to R.S.V.P." button at the bottom of the page. This process generates the official attendance roster and collects contact information for future updates. 3. Please follow the instructions in Attachment A, Concept Call Security Clearance Form. Submit the typed and signed forms to SYSW security. This is a mandatory step for all attendees, including local SYSW, Systems Engineering and Technical Assistance (SETA), and Aerospace personnel. The morning session will be held at the SECRET//NOFORN// level and the afternoon session will be classified TOP SECRET//SI/TK/NOFORN//. Upon arrival, please check in at the A-8 lobby (1st floor) to receive a badge. Note: Parking for this Concept Call is at the Scitor parking facility on Douglas Street. Parking is very limited (no parking will be available at either Aerospace or Raytheon), so carpooling is strongly recommended. The address for the parking structure is 181 South Douglas Street, El Segundo, CA. Maps and instructions are available for download at the registration website. For questions regarding logistics for the Concept Call, please contact Capt Joseph Seto (joseph.seto@losangeles.af.mil) and Mrs. Barbara Golf (barbara.golf.ctr@losangeles.af.mil). How to get a copy of the data presented at the Concept Call: All potential Offerors, including those who are unable to attend the classified Concept Call in person, may request copies of the SECRET//NOFORN// and/or TOP SECRET//SI/TK/NOFORN// data presented at the April 21, 2010 Concept Call. Interested individuals must pre-coordinate with SYSW security and the Concept Call POCs. Please follow the instructions in Attachment A, Concept Call Security Clearance Form and Attachment B, Concept Call Data Request Form. The Concept Call data will be emailed to those who have successfully completed both Attachment A and B. EVALUATIONS: The responses will be evaluated utilizing a panel of subject matter experts and shall be evaluated based on the overall merits of the proposed concept. This is based on the following criteria (in order of importance): 1) Completeness a) Availability and maturity of concept description and performance b) ROM level cost and schedule 2) Satisfaction or Mitigation of Gaps a) Non-Materiel solutions b) Materiel solutions 3) Level of Performance Enhancement or Cost, Schedule and/or Risk Reduction to the DoD's SSA capability a) Non-Materiel solutions b) Materiel solutions 4) Availability a) Technological readiness b) IOC or Implementation dates c) Survivability (e.g., graceful degradation) 5) Affordability Individual evaluations will be based on acceptability or unacceptability without regard to other concepts submitted under this Special Notice. Concepts that are considered acceptable will be considered for further Government evaluation using specific architecture tools, if applicable. All Offerors will receive feedback from the Government on their concept. Note: Please be advised that the Aerospace Corporation, MITRE, Massachusetts Institute of Technology Lincoln Laboratory (MIT/LL), and SETA support (e.g., Integrity Applications Incorporated, PRKK, Scitor, Schafer, Science Applications International Corporation (SAIC), etc.) will be assisting the Government in the evaluation. If you believe that a potential conflict of interest exists, or you have other concerns, contact the Contracting Office, Mrs. Aine A. Nakai, (310) 416-1732, as soon as possible, but no later than one week prior to the concept due date. OMBUDSMAN: BE ADVISED: An Ombudsman has been appointed to hear concerns from potential Offerors. The purpose of the Ombudsman is to receive and communicate concerns from potential Offerors when an Offeror prefers not to use established channels to communicate his/her concern during the proposal planning phase of this acquisition. The Ombudsman will communicate certain Offeror issues, disagreements, and recommendations on this acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate an Offeror's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the Offeror. The Ombudsman will not participate in the evaluation of proposals or the source selection process for this acquisition. The Ombudsman is Mr. James Gill, phone number (310) 653-1789.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/10-24/listing.html)
 
Place of Performance
Address: 483 North Aviation Boulevard, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN02093992-W 20100318/100316235652-0a60650e3e962a2f3fb5d6cb7d4b1d93 (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.