Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
SOURCES SOUGHT

18 -- Space Based Space Surveillance (SBSS) Block 10 SSA Maintenance Support (SSAMS) Contract

Notice Date
8/8/2011
 
Notice Type
Sources Sought
 
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
11-74
 
Archive Date
9/9/2011
 
Point of Contact
Jeffrey Fisher, Phone: 3105352686, Andre Husko, Phone: 3104161568
 
E-Mail Address
jeffrey.fisher@losangeles.af.mil, Andre.huscko@losangeles.af.mil
(jeffrey.fisher@losangeles.af.mil, Andre.huscko@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Missile Systems Center's Space Superiority Systems Directorate (SMC/SY) is seeking interested contractors to provide a Statement of Capability (SOC) for providing Space Situational Awareness Maintenance Support (SSAMS) for the Space Based Surveillance System (SBSS) Block 10 System, to ensure continuity of life cycle sustainment services for the Space Situational Awareness (SSA) mission area. The SBSS Block 10 System is composed of a Space Segment (SS) and Ground Segment (GS). The SS is composed of a bus and optical payload. The bus systems are controlled by redundant Spacecraft Control Processors (SCP), which are part of the Command and Data Handling Subsystem. The SCP controls all other SV bus subsystems including attitude control, propulsion, communications, and power. The SBSS Block 10 payload processors include redundant Payload Electronics Boxes, the Gimbal Amplifier Assembly, the On-Board Mission Data Processor (OBMDP) and the Solid-State Recorder (SSR). The GS provides the focal point for Command, Control, Communications, and Computers of the SBSS Block 10 System and is responsible for all aspects of mission and satellite space operations, including initial and ongoing on-orbit operations, maintenance, and anomaly resolution. SSAMS tasks include but are not limited to: Organizational Level Maintenance tasks (Hardware/Software), Sustaining Engineering and SV Anomaly Resolution, Maintenance Data Collection, Special Studies, Modifications and Upgrades, Depot Level Maintenance tasks (Hardware/Software), Supply Support & Inventory Mgmt, Configuration Management, Technical Data Management, Depot Support Facility Operations & Management and Security Management. The requirements will be a combination of operational & maintenance as well as research and development efforts with an anticipated period of performance between five and seven years. This effort will be based on the existing SBSS Block 10 configuration and sustainment requirements with an expected award in 2Q FY13. Pertinent NAICS code for this announcement is 541712. Any business, regardless of size, in this area of expertise will be allowed to participate in the submittal of a SOC. Response from small business and small disadvantaged business firms are encouraged. Any persons or companies having knowledge of Air Force Space Command SSA mission area and believe they are capable of fulfilling a prime contractor role for this sustainment requirement may submit a written response. The Statement of Capability (SOC) should contain the following: company name, address, primary POC, an executive technical summary of the SSAMS tasks mentioned above, contract vehicle recommendations to include Government Wide Acquisition Contracts / established task orders, and proposed small business participation. Potential sources interested in a prime contractor role will be required to provide a TS/SCI/SAR accredited SCIF to house government equipment and information and have personnel with current TS/SSBI clearances. Responses to this synopsis must be received via email to each POCs listed below: by 8 Sep 2011. Responses must be in electronic format (MS Word 2003 or newer, or PDF), and must conform to 8.5" X 11" page size, type 12 font. Submittals must not exceed 10 pages (single sided) in length. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests. Submittals that contain classified materials must be coordinated with either the primary or secondary points of contact. Any interested party in this area of expertise may submit a SOC. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. No contract award will be made on the basis of responses to this notice. 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. Interested parties are invited to call Mr. James Gill, USAF AFSPC SMC/PK at (310) 653-1789.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/11-74/listing.html)
 
Place of Performance
Address: SMC/SYK, Bldg 400, Schriever AFB, CO 80912, United States, Colorado Springs, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN02525657-W 20110810/110808235416-0e8753f5bfbdae5d22f7a319ed536fd0 (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.