Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2011 FBO #3625
SOURCES SOUGHT

R -- GCS Sustainment Contract

Notice Date
10/26/2011
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
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
FA8823-12-R-0004
 
Archive Date
12/10/2011
 
Point of Contact
Amy E. Titcombe, Phone: 719-556-0643, Richard Cournoyer, Phone: 719-556-9332
 
E-Mail Address
amy.titcombe@peterson.af.mil, richard.cournoyer@peterson.af.mil
(amy.titcombe@peterson.af.mil, richard.cournoyer@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Action Code: R - Sources Sought Synopsis 2. 17 October 3. 2011 4. Contracting Office Zip Code: 80914 5. Classification Code: R-Professional, Administrative and Management Support Services 6. Contracting Office Address: 1050 E. Stewart Dr., Bldg 2025, Colorado Springs, CO 80914 7. Subject: Global Positioning System (GPS) Directorate GPS Control Segment (GCS) Sustainment Contract 8. Proposed Solicitation Number: FA8823-12-R-0004 9. Closing Response Date: 25 November 2011 10. Contract Point or Contracting Officer: Ms. Amy Titcombe/Mr. Richard Cournoyer 11. Contract Award and Solicitation Number: TBD 12. Contract Award Dollar Amount: TBD 13. CLIN: TBD 14. Contract Award Date: TBD 15. Contractor: TBD 16. Description: This sources sought notice is for Government's informational purpose only in conducting market research. The results of this sources sought will help the Government firm-up its requirements, develop its acquisition strategy and help determine set-aside possibilities in support of upcoming GPS Control Segment Sustainment Contract. This action will provide continued maintenance, specialized engineering support and expertise to replace an expiring GPS IIF Operational Control Segment (OCS) sustainment contract. (CS) which includes the Master Control Station (MCS), the Alternate Master Control Station (AMCS), a Telecommunications Simulator Test Station (TSTS), a Consolidated Test Environment (CTE), four Ground Antennas (GA) and six Monitor Stations (MS). The MCS and AMCS consist of the following software systems: Architecture Evolution Plan (AEP) and the GPS Information Network (GIN). Additionally, there is a training system for AEP called the Positional Training Emulator (PTE). Finally, there are system simulators for AEP. The following listing indicates location of these assets and software systems. Locations and Software Systems: Colorado Springs, CO: CTE MCS (Schriever AFB): AEP, GIN, MS, Trainers, Sims AMCS (Vandenberg AFB): AEP, GIN Ascension Island: GA, MS Cape Canaveral: GA, MS, TSTS Diego Garcia: GA, MS Hawaii: MS Kwajalein: GA. MS We are seeking sources that can potentially provide integration between GPS IIF space vehicle (SV) changes and CS sustainment functions to minimize risk to the current GPS IIF launch schedule and prelaunch compatibility testing. GPS IIR/M and IIF SV software releases must be integrated with CS sustainment software releases to ensure operations continuity. The sustainment functions to be supported include: 16 (a). Depot level software maintenance and support to include fixes to operational problem reports (PRs), software deliveries, and incorporation of MAJCOM/COCOM priorities for the GPS CS and the GIN. This maintenance and support also provides a test environment (Consolidated Test Environment (CTE), Telecommunications Simulator Test Station (TSTS), and GPS Support Facility (GSF)) up to a 24/7 schedule, as required, to test new software releases and system upgrades. (38% of Total Requirement) 16 (b). Organizational level hardware and software maintenance support at the MCS, AMCS, and GIN only; sustainment program management/support; information assurance security; maintenance of an electronic document library and infrastructure support functions for the GPS CS and GIN. (32% of Total Requirement) 16 (c). The labor and materials required to develop, procure, fabricate, integrate, test and install all hardware and software, as necessary, to complete modifications to fielded GPS CS and GIN. (8% of Total Requirement) 16 (d). Software and hardware maintenance, including the installation and testing of all upgrades on a 24/7 schedule, as required, for the GSF. The GSF provides an environment for crew recurring and positional certification training, integration of new software releases and software maintenance updates into the operational baseline, completion of Level 1 software maintenance activities, and associated configuration management/control of these tasks. Also provides maintenance for the Monitor Station Receiver Element (MSRE). (7% of Total Requirement) 16 (e). Technical Order Management Agency (TOMA) support functions to include configuration management for and incorporate changes, publish and distribute GPS CS, United States Nuclear Detonation (NUDET) Detection System (USNDS), and GIN Technical Orders (TO). Also provide configuration management for and incorporate changes, publish and distribute GPS CS and GIN engineering drawings as source data for the TOs. Changes to the drawings and TOs will be driven by user requests, administrative corrections, hardware modifications, and depot level driven changes. (4.5% of Total Requirement) 16 (f). Sustaining engineering support to include reliability/maintainability/availability (RMA) data analysis, system performance measurement analysis (SPMA), obsolescence analysis, equipment/system specific technical assessments, and recurring information assurance (IA) support for the GPS CS, GIN, and test assets/support facilities under contractor control and responsibility. (5% of Total Requirement) 16 (g). Depot hardware maintenance support for the GPS CS and GIN. This support includes performing Emergency Depot Level Maintenance (EDLM), Urgent Depot Level Maintenance (UDLM), and Technical Assistance (TA) for the GPS CS, GPS communications network, and GIN. It also includes annual Programmed Depot Maintenance (PDM) at the all the GA and MS locations. (3% of Total Requirement) 16 (h). Integrated Mission Operations Support Center (IMOSC) functions to store IIA and IIF SV telemetry and trending data used in IIA and IIF anomaly resolution, IIA disposal preparation, and IIF launch activities. The IMOSC is used on a daily basis to assist satellite engineers and 2nd Space Operations Squadron operators in maintaining the health of the GPS IIA/IIF constellation. (2% of Total Requirement) 16 (i). The necessary program management, supplier/subcontract management, and contracts and pricing for the procurement of hardware spares for the fielded GPS CS and GIN. (.3% of Total Requirement) 16 (j). The necessary program management, supplier/subcontract management, and contracts and pricing for the preparation of proposals for modifications to the fielded GPS CS and GIN. (.2% of Total Requirement) 17. Place of Contract Performance: Schriever Air Force Base, CO; Vandenberg Air Force Base, CA; Colorado Springs, CO; Cape Canaveral Air Force Station, FL with maintenance activities performed at the remote sites of Ascension Island, Diego Garcia, Hawaii and Kwajalein. Interested contractors are invited to submit a Statement of Capability (SOC) addressing their ability to satisfy the above requirements to SMC PKL, Attn: Ms. Amy Titcombe, located at 1050 E. Stewart Avenue, Bldg 2025, Peterson AFB, CO 80914. Any information submitted in response to this synopsis is strictly voluntary. All responses are due no later than close of business, 25 November 2011, and must conform to 8.5 x 11-inch pages, font no smaller than 12-point, 1" margins 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) Description of experience, if any, in commercial or non-commercial Control Segment sustainment; while specific GPS sustainment experience is not required, it is desired; and, 4) Description of ability to satisfy the Government's performance requirements described above. SOC must be completely unclassified. All responsible sources may submit a SOC. Persons/entities debarred and/or suspended will not be considered; therefore, are not requested to respond. Responses from small business and small, disadvantaged business firms are highly encouraged. The NAICS code applicable to this Sources Sought posting is NAICS 517919, All Other Telecommunications: This U.S. industry comprises establishments primarily engaged in providing specialized telecommunications services, such as satellite tracking, communications telemetry, and radar station operation. This industry also includes establishments primarily engaged in providing satellite terminal stations and associated facilities connected with one or more terrestrial systems and capable of transmitting telecommunications to, and receiving telecommunications from, satellite systems. Establishments providing Internet services or voice over Internet protocol (VoIP) services via client-supplied telecommunications connections are also included in this industry; size standard $25M. All data received in response to this synopsis that is marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Government Contract support from Tecolote may be utilized to review any documents submitted in response to this action. Nondisclosure agreements have been signed by Government Contract Support personnel and are filed with the Government. The Government will not reimburse any cost associated with submitting information in response to this Sources Sought, nor shall any costs be allowed on any Government contract. Mr. James Gill, USAF AFSPC SMC/PK, is the Ombudsman and 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 him at (310) 653-1789. 18. Set Aside Status: TBD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823-12-R-0004/listing.html)
 
Place of Performance
Address: See paragraph 17 in Synopsis., United States
 
Record
SN02613340-W 20111028/111026234332-1b7b0796ef80775b564aa2ef0cb44796 (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.