Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2012 FBO #3700
SOLICITATION NOTICE

R -- Pre-Solicitation Conference (Industry Day) - "Draft" PWS for GCS

Notice Date
1/9/2012
 
Notice Type
Presolicitation
 
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
1/31/2012
 
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
The GPS Control Segment (GCS) sustainment contract is the vehicle the GPS program sustainment organization will use to meet the program director's vision and mission. This contract is a follow-on to the GPS II-F effort which expires 31 Dec 12. The PWS is in draft and only has the High-Level Objectives and Tasks. Synopsis: The primary mission of the Global Positioning System (GPS) is to provide precise, continuous, all-weather, three-dimensional position, velocity, and time (PVT) to properly equip air, land, sea, and space based users. Civil applications include intercontinental in-route navigation (sea and air), vehicle monitoring, oceanic and coastal navigation, harbor operations, resource exploration, hydrographic and geophysical surveying, position reporting and monitoring, coordinating search operations and cell phone timing. The GPS satellite's secondary payload, the Nuclear Detonation (NUDET) Detection System (NDS), is a source of NUDET data for United States (US) military operations and treaty enforcement. The GPS Control Segment (GCS) Sustainment Contract will provide sustainment functions for the GPS Control Segment (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. This contract action will provide continued maintenance, specialized engineering support and expertise to replace an expiring GPS IIF Operational Control Segment (OCS) sustainment contract. The incumbent contractor is The Boeing Company. This Pre-Solicitation Conference Announcement is for the following Request for Proposals (RFP) at SMC: RFP # FA8823-12-R-0004 Small Business Reference Number: SMC 12-004 NAICS Code: 517919 All Other Telecommunication. The 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. Event Description: A Pre-Solicitation Conference will be conducted at Peterson Air Force Base on 20 January 2012. This general session will be held from 0800 - 1200 for the purpose of discussing and answering questions regarding the SMC GPS GCS sustainment contract. All questions and answers will be provided in an open forum only. We do not anticipate any one-on-one meetings. Any questions not fully answered during the conference, will be posted to FedBizOpps after the conference. Also, all attendees and interested parties will be posted to FedBizOpps. Pre-Solicitation Conference Location: Consolidated Integrated Support Facility (CISF), Building 2025, 2nd floor Space Room, 1050 East Stewart Avenue Peterson AFB, C0 80914. Greeters: Ms. Josie Pesek and 2Lt Jon Hartwig will be at the West Gate entrance Visitor Control Center from 0730 until 0800 to provide directions to the CISF Building 2025, if needed. Pre-Solicitation Conference Participants: Participants must be US citizens or legal residents and must submit visit requests. Submit visit requests and an alphabetized listing (by last name); include full name, SSN, cell phone (to be reached at the event), email, company name, # vehicles for company attendees, and driver names of all attendees via e-mail NLT 4:00pm MST on 16 January 2012 to Josie Pesek at Josie.Pesek@Peterson.af.mil 719-556-7138. Participants must have driver's license, proof of car insurance and proof of vehicle registration to drive inside Peterson Air Force Base. Points of contact are as follows: SMC/GPL with Mr. Bruce Klein at Bruce.Klein@peterson.af.mil 719-556-2855 or 2Lt Jon Hartwig Jonathan.Hartwig@peterson.af.mil 719-556-2086 Information must be provided in advance in order to ensure access to the Pre-Solicitation Conference site and assure adequate seating for the Pre-Solicitation Conference attendees. Because of space limitations, the number of participants per organization will be restricted to 3 per potential offeror. Attendance at Pre-Solicitation Conference will be voluntary. SMC will not provide any cost reimbursement for Pre-Solicitation Conference attendance. Participation by small and small disadvantaged businesses is encouraged. Question Submittal: Potential offerors are requested to submit questions/comments to the appropriate contracting officer by COB 16 January 2012. Questions should be submitted to the following contracting officer: Mr. Richard Cournoyer, Procuring Contracting Officer (PCO), Phone: 719-556-9332, Email: Richard.Cournoyer@peterson.af.mil or Amy Titcombe, Contracting Specialist, Phone: 719-556-0643, Email: Amy.Titcombe@peterson.af.mil Questions provided in advance will be addressed on the day the Pre-Solicitation Conference is held. Questions that are initiated during the Pre-Solicitation Conference may be addressed at the conference, deferred or answered on FedBizOpps after the conclusion of the conference. NOTE: Attached is the DRAFT Performance Work Statement (PWS) for GPS Control Segment Sustainment (GCS). Please note this document is a "draft" and only has the High-Level Objectives and Tasks. System Description: 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) 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) 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) 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) 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) 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) 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) 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) 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) 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. Programmatics: 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 James H. Gill at 310-653-1789. Disclaimers and Notes: This announcement is issued solely for information and planning purposes and does not constitute a program or contractual solicitation. SMC is under no obligation to acknowledge receipt of submissions of the information received, or to provide feedback to respondents with respect to any information submitted under this request. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this announcement. Participants in review and evaluation of responses may include: The Government; Federally Funded Research and Development Centers (FFRDC) (such as The Aerospace Corp, Lincoln Laboratory, or MITRE); Systems Engineering and Technical Assistance (SETA), Government support contractors; all are bound by appropriate non-disclosure requirements. Regarding this Request for Information, no contact is allowed with these organizations except as may be arranged in advance with the point of contact (POC) listed below. Points of Contact (POCs): SMC/PKL: Mr. Richard Cournoyer, Procuring Contracting Officer (PCO), Phone: 719-556-9332, Email: Richard.Cournoyer@peterson.af.mil or Amy Titcombe, Contracting Specialist, Phone: 719-556-0643, Email: Amy.Titcombe@peterson.af.mil Contracting Offices Address: SMC/PKL 1050 East Stewart Avenue, Building 2025 Peterson AFB, CO 80914-2902
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823-12-R-0004/listing.html)
 
Place of Performance
Address: Schriever AFB CO; Vandenberg AFB CA; Colorado Springs, CO; Cape Canaveral AFB, FL with maintenance activities performed at the remote sites of Ascension Island, Diego Garcia, Hawaii and Kwajalein., United States
 
Record
SN02651107-W 20120111/120109234327-cb63085e90c99e1b9ab4c9f627b63b1e (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.