SOURCES SOUGHT
A -- Government Payloads on Commercial Host Spacecraft - Draft Performance Work Statement dated 17 Sep 2012
- Notice Date
- 9/17/2012
- 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
- 12-85
- Point of Contact
- Kern Herschelman, Phone: 310-653-9710, Capt Dan Kimmich, Phone: 310-653-9106
- E-Mail Address
-
smc.xr.hpo.fedbizoppsinbox@us.af.mil, smc.xr.hpo.fedbizoppsinbox@us.af.mil
(smc.xr.hpo.fedbizoppsinbox@us.af.mil, smc.xr.hpo.fedbizoppsinbox@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement - HoPS - dated 17 Sep 2012 I. Description 1. This is a sources sought synopsis and market research activity initiated by the Space and Missile Systems Center, Development Planning Directorate (SMC/XR), Hosted Payload Office. The Air Force is conducting market research to determine sources for a potential multiple-award indefinite delivery indefinite quantity (IDIQ) contract for hosted payload services to integrate, launch, and support on-orbit operations of Government furnished payloads on commercial host spacecraft. The potential contract would be called the Hosted Payload Solutions (HoPS) contract. 2. The Air Force and other Government Agencies need to make space access more affordable. Hosting Government payloads on commercial spacecraft will help meet this Air Force need by leveraging commercial best practices for affordable mission assurance processes and utilizing already established commercial ventures. The responses from this synopsis will help the Air Force determine commercial provider capabilities in order to further define Government requirements and formulate an acquisition strategy. 3. Contractors that consider themselves capable of providing all of the requirements associated with the draft Performance Work Statement (PWS) [Attached], are requested to submit a Statement of Capabilities. For this market research assessment, capable contractor teams are ones that can successfully accomplish all tasks as defined in the PWS and not a subset thereof. The Statement of Capabilities should provide a demonstrated understanding of this type of work, a summary of how the contractor would accomplish the efforts, insight into the established teaming relationships, and a description of the team's past performance of successfully accomplishing this type of work. II. Statement of Capabilities Content and Format 1. The Statement of Capabilities shall include the following three sections: i. An introductory section describing the company, its history and the following key facts: company address; CAGE code; web address (if applicable); primary technical and contracts points of contact, with contact information including telephone numbers and e-mail addresses; and business size (e.g. "small" or "large") according to the NAICS code 541712 (Small business size standard is 500 employees or less). ii. A section in the response describing how the contractor teams are qualified to successfully accomplish all efforts described in the PWS by: 1) Demonstrating a thorough understanding of the scope of work; 2) Including a comprehensive understanding of technical, business and schedule challenges, and mitigation steps associated with this type of effort; 3) Describing how security and information assurances for national security hosted payloads are successfully accomplished and maintained; 4) Providing the teams' recent and relevant experience providing services described in the PWS and hosted payload flight opportunities into GEO and LEO as primes and/or other teaming roles in both Government and/or commercial contracts; iii. A section with feedback/questions about the PWS; 2. The Statement of Capabilities shall adhere to the following format: i. Pages shall be single-spaced and numbered, 8.5x11 inch size and have 1" minimum margins on all sides. ii. Main body text shall be 12-point uncompressed Times New Roman text font. This does not apply to text within graphs or figures. iii. Response length for the Statement of Capabilities is suggested to be 10 pages. This does not apply to the cover sheet(s), table of contents, acronym list, and comments on the attached PWS. III. Small Business Consideration Participation from small business and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a woman-owned small business, small disadvantaged business, historically black colleges and universities, and minority institutions, historically underutilized business zones (HUB zones), and service disabled veteran owned small business. IV. Submission Please submit all responses via e-mail to: Smc.xr.hpo.FedBizOppsINBOX@us.af.mil, responses are requested no later than 1 Oct 2012 from publication of this announcement in order to maintain acquisition schedule. V. 1-on-1 Meetings In addition to submitting a response to the information requested in this sources sought synopsis, 1-on-1 meetings will be conducted from the 2nd - 4th of October. The 1-on-1's are intended to foster dialogue between industry and the Government relating to the hosting business environment and the hosted payload services acquisition. If interested, please contact our office immediately to receive a set of talking points/questions. Meetings may be requested by emailing the point of contact in section VII before the 27th of September. VI. Notional Schedule of Events Draft Request For Proposal Release- late Nov 2012 Industry Day- mid Dec 2012 Final Request For Proposal Release- Jan 2013 VII.. Points of Contact Technical: Capt Dan Kimmich, SMC/XRFH, Phone (310)-653-9106; Email: Smc.xr.hpo.FedBizOppsINBOX@us.af.mil Contracting: Mr. Kern Herschelman, Contract Specialist; SMC/SYK; Phone: (310) 653-9710; Email: Smc.xr.hpo.FedBizOppsINBOX@us.af.mil. VIII. Declarations 1. The Air Force does not intend to award a contract on the basis of this sources sought synopsis or otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment by the Air Force for any purpose. 2. Any information submitted by respondents to this sources sought is voluntary and will be used only for the purpose of conducting market research. 3. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. 4. This is a Sources Sought Synopsis only. No solicitation is available at this time. If the Government decides to pursue a contract for this or a related effort, a solicitation will be posted on the Federal Business Opportunities (FBO) website. Attachment: Draft Performance Work Statement (PWS) - HoPS - dated 17 Sep 2012
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/12-85/listing.html)
- Place of Performance
- Address: SMC - Space and Missile Systems Center, El Segundo, California, 90245, United States
- Zip Code: 90245
- Zip Code: 90245
- Record
- SN02885028-W 20120919/120917235842-c6c554a8fe626d5563f8f8c75b36947f (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 |