SOURCES SOUGHT
R -- Wideband Global SATCOM (WGS) On-Orbit Operations & Logistics Sustainment Support (WOO&LSS)
- Notice Date
- 10/19/2011
- 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
- FA8823_WOOLSS
- Point of Contact
- Kimberly S. McGough, Phone: 7195562919, Kennon McPeters, Phone: 719-556-2906
- E-Mail Address
-
kimberly.mcgough@peterson.af.mil, Kennon.McPeters.Ctr@Peterson.af.mil
(kimberly.mcgough@peterson.af.mil, Kennon.McPeters.Ctr@Peterson.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Synopsis is for the Government's informational purpose only in conducting Market Research. The results of this synopsis will help the Government firm-up its requirements, develop its acquisition strategy and determine set-aside possibilities in support of upcoming WOO&LSS efforts. Currently, the Government has a Sole Source award to Boeing Satellite Systems, Incorporated for these requirements. The Space and Missile Systems Center MILSATCOM Directorate (SMC/MC) is performing a market survey to determine if there are interested and qualified firms having the capabilities described below. The primary places of contract performance are anticipated to be at Los Angeles, CA and Colorado Springs, CO. WGS Satellite-System Sustainment Engineering: The contracted effort shall provide iterative and recursive sustaining-maintenance engineering to continuously assess the operational technical health and safety of the on-orbit WGS satellite-subsystems (of which consists about 90% of a Boeing 702 Platform series) against its documented technical baseline (i.e. government limited rights) to include performance requirements and effectiveness, suitability, and risk measures. This effort shall monitor and collect the aggregation of all WOO&LSS data inputs (e.g. telemetry, tracking and command data, maintenance discrepancy reports, feedback, system/component failure reports, and mishap data); analyze these data inputs and identify root causes and corrective actions (e.g. modifications, upgrades, changes to the product support package, process improvements, and enhancements) for safety and critical-readiness degrading issues based upon detailed WGS satellite-design knowledge; participate in trade studies and decision-making relative to the best resolution; consider the mission and satellite operational needs and the remaining expected service-life of the on-orbit WGS satellite; provide corrective actions (mitigation measures) which may include WGS flight software (RAM patch), Recommended Operations Procedure (ROP), or support/maintenance procedure changes; integrate the proposed corrective actions (mitigation measures) and test to verify operational safety, effectiveness and suitability; involves in-depth (regression, durability, structural, interoperability, support, etc.) satellite-system analyses to include the aspects of documentation, configuration, training, and maintenance; once authorized, implement and field the system corrective action along with adequate supplies, support, training, and maintenance procedures. Interoperability or technology improvements, parts or manufacturing obsolescence, aging satellite issues, premature failures, degrading fuel or lubricants, Joint or Service commonality, etc. may all indicate the need for changes to operational processes/procedures and the way satellite operations is supported. On-Orbit Satellite Operations & Sustainment Support: Responsibilities will include daily technical support; data evaluation and trending; anomaly resolution (24/7 response/support); provision for the utilization of support tools and the WGS space-vehicle simulator (SATSIM) support (operation and maintenance, 24/7); provision for on-orbit data collection, calculations and analysis; maintain engineering liaison support with the WGS factory through the WGS Telemetry Room (WTR) in El Segundo, CA for anomaly resolution, disposal, and related activities necessary to support on-orbit WGS satellite operations; and update existing command plans, the Orbital Operations Handbook, and the Systems Engineering Handbook after resolution of on-orbit anomalies to assure integrity of continuing satellite operations. Space-vehicle engineering and technical support including hardware and software maintenance, and security activities is provided for the 3rd Satellite Operations Squadron (3SOPS) on-site at Schriever AFB, Colorado. Wideband SATCOM Systems-of-Systems Interoperability and Integration Support: Provide continuing support, as needed, to the WGS Constellation Control System-Consolidated (CCS-C) for satellite-bus control; to the Global SATCOM Configuration Control Element (GSCCE) system that is used at each of the five Wideband SATCOM Operations Centers (WSOC) for communication-payload control; to the Common Network Planning Software (CNPS) that is used as the Wideband satellite communication resources planning tool; and to the Field Instruction/Information Release (FIIR) directives from the Wideband SATCOM System Expert (SSE) - ensuring compatibility with the on-orbit WGS satellites. Ensure this continuing Space Segment to Control Segment (i.e. bus and payload) interface compliance, via data exchange, integrated review, analysis, implementation, test and documentation of technical changes and incompatibilities. Support Space Segment to Control Segment integration for all upgrade activities affecting either segment. Ensure command procedures and databases are maintained to support on-orbit operations. Support, as needed, the International Partnership agreements as described by appropriate memoranda of understanding (MOU). Sustainment Infrastructure Support and Maintenance: Implement the product support package (designed with supporting the operations of the on-orbit WGS satellites in mind) to include the engineering hardware and software tools, equipment at the maintenance facilities (local and remote), test beds, terrestrial-communication networks/links, factory antennas, data storage, the WGS Telemetry Room (WTR), the Mission Unique Software (MUS), and the WGS SATSIM. This effort entails utilizing, maintaining, upgrading, improving, enhancing, providing and administrating (as necessary) all material, licenses, warranties, hardware and software equipment inclusive of the sustainment infrastructure in order to not only keep these items and facilities operational but also ensure all other WOO&LSS capabilities as described above are successfully performed. Interested parties are invited to submit an unclassified Statement of Capability (SOC) within 20 Business days of this announcement that addresses the ability to satisfy the above requirements to SMC/SL/PKL, Attn: Kimberly McGough, 1050 E Stewart Avenue Bldg 2025, Peterson AFB, CO 80914-2902 2902 (e-mail: kimberly.mcgough@peterson.af.mil). All responses must conform to 8.5 x 11-inch pages, font no smaller than 12-point, and a maximum of 20 pages. The SOC must include the following information: 1) Company name, mailing address, points of contact, and telephone numbers; 2) Business size classification (large, small, or other); 3) Experience in WGS Satellites or similar technologies; 4) Ability to satisfy the Government's performance requirements described above. Oral communications are not acceptable. All responsible sources may submit a SOC, which will be considered. Responses from small business and small, disadvantaged business firms are highly encouraged. Any information submitted in response to this synopsis is strictly voluntary. This synopsis is for information and planning purposes only; it does not constitute a Request for Proposal (RFP). 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 cost associated with submission of a SOC. Information received will be considered solely for the purpose of determining whether any prospective credible source other than the incumbent exists. The applicable North American Industry Classification System (NAICS) code is 541712 (1000 employees). An Ombudsman has been appointed to address concerns from offerors or potential offerors. 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 concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is Mr James Gill, SMC/PK, (310) 653-1789.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823_WOOLSS/listing.html)
- Place of Performance
- Address: Peterson AFB, Peterson AFB, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN02609312-W 20111021/111019233941-b8c20e2f07b3b1903fdf82ac29d1b419 (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 |