SOLICITATION NOTICE
18 -- AEHF Satellite Vehicle (SV) 5/6 and Parts Obsolescence
- Notice Date
- 1/19/2011
- Notice Type
- Presolicitation
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- 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
- FA8808-11-R-0007
- Archive Date
- 12/22/2011
- Point of Contact
- William T Althoff, Phone: (310) 653-9525, Brian C Paschall, Phone: (310) 653-9772
- E-Mail Address
-
william.althoff@losangeles.af.mil, brian.paschall.ctr@losangeles.af.mil
(william.althoff@losangeles.af.mil, brian.paschall.ctr@losangeles.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is for Market Research purposes only. This notice is a follow up to the Sources Sought Notice published on 08 April 2009 (reference # 09-24) regarding procurement of the Advanced Extremely High Frequency (AEHF) satellite #4 and priced option for AEHF satellite #5. The Air Force has made some changes to the intended acquisition strategy, pursuant to the Evolutionary Acquisition for Space Efficiency (EASE) initiative. The U.S. Air Force Space and Missile Systems Center (SMC) MILSATCOM Systems Directorate (SMC/MC) intends to release a solicitation to negotiate a combined procurement of the fifth and sixth AEHF satellites as well as parts obsolescence mitigation for future AEHF production satellites. The first AEHF satellite (SV1) was launched in 2010. The SV2 and SV3 satellites will be launched in 2011 and 2012 respectively. The fourth satellite, awarded 15 Dec 2010, will be launched in 2017. Launch of the SV5 satellite is required within seven years of the initial authorization for full funding expected in 2012. SV6 launch will follow one year after launch of SV5. The period of performance for this procurement is for 9 years and will begin in 2012. SMC/MC intends to issue a sole source contract to the incumbent Prime developer to perform this work, but is conducting market research to identify whether other sources exist which possess both the capability and experience to effectively respond to this notice. The responding Prime Contractor must be able to manufacture, integrate, test and deliver AEHF satellites having communications capabilities that are functional clones of the four AEHF satellites already in procurement. Satellites must be fully backward compatible with existing ground infrastructure, to include fielded Low Data Rate (LDR) and Medium Data Rate (MDR) terminals; in-development extended data rate (XDR) terminals; all elements of the AEHF Mission Control Segment; as well as planned or on-orbit Milstar and AEHF satellites via their crosslink communications. The Contractor must be able to perform complete spacecraft checkout in addition to inter-segment tests to include mission control, terminal, and key management interfaces. The Contractor will also conduct analysis and redesign activities to reduce the risk and cost impacts of parts obsolescence for potential future AEHF procurements beyond SV6. In addition, the Prime Contractor must have the ability to conduct on-orbit checkout, spacecraft and payload sustainment, and anomaly support. On-site locations include but are not limited to Schriever AFB, CO, Peterson AFB, CO, and Cape Canaveral AFB, FL. This notice is seeking only Prime Contractors, not suppliers of components, materials, software or services that may be used by a Prime Contractor to produce an AEHF satellite. Qualified sources (PRIME CONTRACTORS ONLY) must demonstrate the ability to produce these satellites with minimal investment by the Government in non-recurring engineering and high confidence of success. Qualified sources must additionally demonstrate all of the following capabilities: (1) A high confidence solution that includes mature payload and satellite bus technologies, certified payload and spacecraft on-board software that meets the mission and constellation requirements, mature test products to include Electronic Aerospace Ground Equipment, Mechanical Ground Support Equipment, established scripting and validated test procedures, and a high fidelity testbed environment. The use of space qualified, build-to-print drawings for unit, sub-system and space vehicle configurable items will be essential to minimize the amount of non-recurring engineering required. Such a design must include all of the System level requirement verification products to ensure that Space Vehicle 5 and 6 both meet requirements, while not posing any risk to the Milstar/AEHF constellation and the existing requirements baseline. The qualified source will also avoid any new technology development or fundamental effort to qualify or validate new space technologies outside of the existing AEHF technology baseline with the goal of minimizing the non-recurring engineering and related risks with their insertion. (2) A thorough understanding of the technical interface requirements associated with the AEHF and Milstar payloads; Air Force, Army, and Navy terminals; AEHF COMSEC/TRANSEC System; AEHF and Milstar ground control and mission planning elements; and the Command and Control System-Consolidated (CCS-C) program. (3) A thorough understanding of AEHF information assurance requirements, including the key management plan and architecture, key authentication, key distribution, AEHF COMSEC/TRANSEC System products/schedule/issues, cryptographic key management for test assets, and certification and accreditation requirements. (4) Extensive systems engineering experience, knowledge, and background dealing with DoD-specific capabilities in the EHF secure satellite communications field, including system requirements analysis, test and verification, risk management, and system security management. Familiarity and experience working with DoD customers, to include the Air Force Space Command, Army, Navy, and Air Force Terminal Program Offices (TPOs), is required to resolve terminal to payload requirements issues. (5) Experience and understanding of US Government foreign disclosure requirements for support to the AEHF International Partners, including redaction of technical documents, processing and coordination of foreign disclosure material. Training in international programs security requirements and international security and technology transfer/control; familiarity with National Disclosure Policy (NDP-1), the Air Force Delegation of Disclosure Authority Letter (DDL), and the International Traffic in Arms Regulations (ITAR); and experience in processing Exemptions to the ITAR and the process of formulating Technical Assistance Agreements (TAAs) between US contractors and foreign governments and their contractors is required. Interested parties (PRIME CONTRACTORS ONLY) may submit an unclassified Statement of Capability (SOC) within 15 days of this announcement demonstrating knowledge of AEHF satellites' critical interface requirements including hardware design, test procedures, individual spacecraft configurations and orbital procedures. The SOC shall not exceed ten one-sided 8 inch by 11 inch pages in length, using fonts no smaller than 12 pitch, with page layout margins set to one inch both horizontally and vertically. Responses must be submitted by e-mail as Microsoft Word or Adobe Acrobat file type attachments. The period of performance is for 9 years and will begin in 2012. This is an extension of the existing AEHF development, procurement and support contract, F04701-02-C-0002, currently performed by Lockheed Martin Space Systems Company, Sunnyvale, CA. This notice 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 the submission of this SOC. The North American Industry Classification System (NAICS) code for this effort is 336414. The applicable small business size standard for 336414 is 1,000 employees. Submit all responses to: SMC/PKJ, Attn: William T. Althoff, 483 N. Aviation Blvd, El Segundo, CA 90245-2808 (e-mail william.althoff@losangeles.af.mil). All interested parties must identify to the Contracting Officer their capability to satisfy the Government's requirement within 15 days of this notice. Response from qualified small and small disadvantaged businesses (PRIME CONTRACTORS ONLY) is encouraged. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall 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. The Ombudsman for the Space and Missile Systems Center is Mr. James Gill, 310-653-1789.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8808-11-R-0007/listing.html)
- Place of Performance
- Address: Department of the Air Force, Air Force Space Command, SMC – Space and Missile Systems Center, 483 N. Aviation Blvd., El Segundo, California, 90245-2808, United States
- Zip Code: 90245-2808
- Zip Code: 90245-2808
- Record
- SN02362141-W 20110121/110119233843-3ffbf1afc09ac247421a10e5c3928344 (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 |