SOURCES SOUGHT
R -- Joint Terminal Engineering Office/Global Broadcast Services (JTEO/GBS) Sources Sought Synopsis - JTEO Performance Work Statement - GBS Performance Work Statement
- Notice Date
- 4/9/2012
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- 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
- SMC12-66
- Archive Date
- 5/4/2012
- Point of Contact
- Jeffrey W. Dedrick, Phone: 310.653.9736, Shawn MacRunnel, Phone: 310.653.9805
- E-Mail Address
-
jeffrey.dedrick@losangeles.af.mil, shawn.macrunnel@losangeles.af.mil
(jeffrey.dedrick@losangeles.af.mil, shawn.macrunnel@losangeles.af.mil)
- Small Business Set-Aside
- N/A
- Description
- GBS PWS for reference. JTEO PWS for reference. Description The Space and Missile Systems Center Military Satellite Communications Systems directorate (MILSATCOM) is conducting market research seeking sources for Systems Engineering and Integration support for MILSATCOM programs under the Joint Terminal Engineering Office (JTEO) and Global Broadcast Services (GBS). Current programs under the JTEO include: Advanced Extremely High Frequency (AEHF), MILSTAR, Enhanced Polar System (EPS), and Wideband Global Satellite Communications (WGS). These programs, their related support facilities, and those to come in the future will be referred to as the Military Satellite Communications Systems Enterprise. The period of performance for the Joint Terminal Engineering Office Program is anticipated to be up to 9 months, which consists of a six month fixed period of performance and a 90 day option, beginning mid-2012. The Joint Terminal Engineering Office provides terminal technical capabilities to MILSATCOM including terminal technologies, services, program direction, terminal security, and information assurance. It conducts technical evaluation and analysis of systems and architectures to optimize interoperability. The period of performance for the Global Broadcast Services Program is anticipated to be up to 1 year, beginning in mid-2012. The Global Broadcast Services provides systems engineering for programs across the MILSATCOM enterprise, including ongoing efforts in the area of development and test and evaluation. Using broadcast management, space, and terminal segments, GBS integrates, encrypts, and packages information for transmission. The places of performance for JTEO include Washington D.C./Los Angeles AFB. Place of performance for GBS is Hanscom Air Force Base. This effort will be using the General Services Administration (GSA) Alliant Government Wide Acquistion Contract (GWAC). As such, i nterested sources shall provide a Statement of Capabilities that describes their systems engineering and integration capabilities and experience. In addition please describe capabilities related to the attached Performance Work Statement. Interested parties shall address potential organizational conflicts of interest in their statements of capability and, if possible, submit draft mitigation plans with their statement of capability. Specifically, for purposes of this effort, a real or perceived organizational conflict of interest shall exist if any division of the company performing this effort is performing work as the prime development contractor for any of the programs in the Military Satellite Communications Systems Directorate portfolio or major subcontractor to one of these primes. Potential offerors should review the general rules in Federal Acquisition Regulation (FAR) Part 9.505. However, other potential organizational conflicts of interest may exist and as such, these should be identified in the statement of capability. Interested parties must submit an unclassified Statement of Capabilities no later than 5:00 PM PST, April 19, 2012. Fully qualified sources will provide enough information to demonstrate capabilities in all areas listed above and within the Performance Work Statement and, as addressed above, will have no organizational conflicts of interest that are deemed to be immitigable. Responses from small and small disadvantaged businesses are encouraged. The North American Industry Classification System (NAICS) code for this effort is 541512. The small business size standard is $25.5 million. Interested parties shall also state the size of their business. The Government will evaluate Statement of Capabilities to gauge relevant experience and similar scope to the MILSATCOM enterprise and to evaluate OCI mitigation capabilities as needed. The Statement of Capabilities shall not exceed 15 one-sided pages in length. All responses must conform to 8.5x11 inch pages, 1 inch margins on all sides, with font no smaller than 12 point. Note that a minimum Department of Defense security clearance of SECRET is mandatory for all personnel supporting this effort (TOP SECRET for some). Responses should identify business size against NAICS 541512. In addition to and separate from the Statement of Capabilities, interested parties are encouraged to offer input on the acquisition strategy and RFP. The program office is soliciting industry inputs on the following topics: 1) system engineering/integration acquisition initiatives or incentive solutions to reduce risk within the MILSATCOM enterprise; 2) lessons learned and best practices; 3) feedback on the acquisition documents, including the Performance Work Statement and contract deliverables, and (4) Organizational Conflict of Interest issues. This sources sought is for market research only, seeking qualified prime contractors. It is for information and planning purposes only; it does not constitute a request for proposal. All Statement of Capabilities will be evaluated by the Government. 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 costs associated with submission of Statement of Capabilities. Information received will be considered for the purposes of market research. Inquiries may be directed to Mr. Jeffrey Dedrick at Jeffredy.Dedrick@losangeles.af.mil, 310.653.9736. Submit all responses electronically to: SMC/PKJ, Attn: Jeffrey Dedrick at Jeffrey.Dedrick@losangeles.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/SMC12-66/listing.html)
- Place of Performance
- Address: 483 North Aviation Blvd, El Segundo, California, 90245, United States
- Zip Code: 90245
- Zip Code: 90245
- Record
- SN02716807-W 20120411/120409234403-153e898246a43f712b5e1121d3ad227b (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 |