Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2012 FBO #3732
SOURCES SOUGHT

V -- GPS IIF Launch and On-Orbit Support - Sources Sought Synopsis

Notice Date
2/10/2012
 
Notice Type
Sources Sought
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
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
12-37
 
Archive Date
3/3/2012
 
Point of Contact
Grant Thomas, Phone: 3106533249, Todd Young,
 
E-Mail Address
grant.thomas@losangeles.af.mil, todd.young@losangeles.af.mil
(grant.thomas@losangeles.af.mil, todd.young@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GPS IIF Launch and On-Orbit Support (LOOS) The Space and Missile Systems Center (SMC), Global Positioning Systems (GPS) Directorate, Los Angeles Air Force Base, CA intends to award a sole source follow-on contract to The Boeing Company, Navigation and Communication System, 2201 Seal Beach Blvd, Seal Beach CA 90740-, (562) 797-4674, to provide Launch and On-Orbit Support Services (LOOS) for GPS IIF satellites for CY13-CY17. GPS IIF LOOS will entail management and execution of storage, maintenance, testing, launch processing/integration, Launch and Early Orbit Operations (LEO), bus and payload checkout, and operations support to GPS IIF satellites in the operational constellation. Estimated work for launch and on-orbit support over five years is 1,000,000 labor hours. The GPS Directorate must award the LOOS contract by 1 Jan 2013 to support scheduled GPS IIF launches and continue support of on-orbit satellites. The timely launch of GPS IIF satellites is critical in meeting constellation availability, as well as providing an opportunity to complete on orbit test activities to ensure follow-on satellite production will not be impacted by late discovery of design or workmanship problems. As a part of this effort, the contractor will be required to rework/repair failed units and provide software maintenance and upgrades to flight software. This approach is designed to enable future sustainment and operation of the entire GPS IIF fleet in the constellation through all states of its constituent satellites from storage to launch and on through disposal. Lastly, the contractor will be required to demonstrate the capability to develop, test, and deploy satellite command and control systems and sustain them once deployed to fulfill the Government's immediate, short-term need for the projects described above. The Government intends to award this contract to the Boeing Company as the only source that can provide such services without the Air Force experiencing substantial duplication of cost that cannot be recovered through competition (10 USC 2304(c)(1)). Successfully performing this acquisition requires the type of knowledge that could only be gained by years of experience in applying skills specific to the GPS IIF satellite (FAR 5.207(c)(15)). Specific and detailed knowledge and experience is required with GPS IIF flight software, satellite design, special test assets, U.S. Government simulation and Launch and On-orbit support facilities and launch vehicle integration with both Atlas V and Delta IV. Interested parties who believe they have the capability to provide the systems and services required may submit a Statement of Capability (SOC) no later than 15 working days after posting of the subject notice/Sources Sought Synopsis. The SOC must include the following information: Company Name, Mailing Address, Point of Contact and Telephone Numbers, Business Size Classification (Large, Small, or Other), Personnel/Size Standard and experience-specific work previously performed or being performed relevant to this follow-on effort. Interested parties must also demonstrate that an alternative approach can be cost competitive with the long term sustainment plans described above. The SOC shall not exceed 20 one-sided pages with one inch margins, size 12 font, in Times New Roman. The Government will use this SOC to determine if there is sufficient interest in the marketplace from qualified sources to attempt full and open competition. This announcement is for information and planning purposes only. It does not constitute a Request for Proposal and is not to be construed as a commitment by the Government. The Government will not pay any costs associated with the submittal of information solicited herein. The SOC and all related communications that contain proprietary information should be marked as such. Verbal responses will not be accepted. Responses from small business and small disadvantaged business firms with the capability and capacity to perform this requirement are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Any response submitted by respondents to this synopsis constitutes consent for that submission to be reviewed by Government personnel, Federally Funded Research and Development Center employees and Advisory & Assistance Services contractor employees supporting SMC/GP unless the respondent clearly objects in writing to the release of this information in a cover letter accompanying your capabilities package. The notice expires 15 working days after publication. The NAICS code for this effort is 481212 and the Small Business Size Standard is 1500 employees. Capabilities information may be emailed to Mr. Todd M. Young, Contracting Officer, at Todd.Young@losangeles.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/12-37/listing.html)
 
Place of Performance
Address: El Segundo, CA, Schriever AFB, CO and Cape Canaveral AFB, FL, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN02673301-W 20120212/120210233818-50ddb445e676f476a20bf3a257a7eb5d (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.