Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2012 FBO #4012
SPECIAL NOTICE

A -- RFI on Space Based Environmental Monitoring Analysis of Alternatives Concepts

Notice Date
11/16/2012
 
Notice Type
Special Notice
 
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
13-3
 
Archive Date
12/15/2012
 
Point of Contact
Erin L. Orthmeyer, Phone: 3106539050, Capt Jake Alverson, Phone: 3106539710
 
E-Mail Address
Erin.Orthmeyer.ctr@losangeles.af.mil, Jake.Alverson@us.af.mil
(Erin.Orthmeyer.ctr@losangeles.af.mil, Jake.Alverson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: Request for Information on Space Based Environmental Monitoring (SBEM) Analysis of Alternatives (AoA) Concepts 1. The Space and Missile Systems Center (SMC), Directorate of Development Planning (XR), Los Angeles Air Force Base, California, is requesting information in direct support of the on-going SBEM Analysis of Alternatives (AoA) being led by Headquarters Air Force Space Command (HQ AFSPC). The purpose of this market research is to collect information regarding several aspects of SBEM sensors and capabilities in support of the SBEM AoA. To provide mission context for this RFI, the AoA is primarily focused on addressing the SBEM capabilities identified below in the FY2025 time-frame. Note that for capability (c) below (Ocean Surface Vector Winds), the AoA is considering potential solutions as early as FY2015. For interested vendors, performance metrics for each of these capabilities can be made available via classified e-mail by contacting the technical points of contact identified below. a) Cloud Characterization b) Theater Weather Imagery c) Ocean Surface Vector Winds d) Ionospheric Density e) Snow Depth f) Soil Moisture g) Equatorial Ionospheric Scintillation h) Tropical Cyclone Intensity i) Sea Ice Characterization j) Auroral Characterization k) LEO Energetic Charged Particle Characterization l) Electric Field. 2. Specific topics requested include: a) Payload Rideshare Opportunities: The identification of viable opportunities and plausible business cases for SBEM sensors to be hosted on planned spacecraft launches (Government and/or commercial) into relevant SBEM sensor orbits. Any hosted sensor concepts identified must contribute toward the satisfaction or augmentation of one or more of the capability gaps provided above. b) Alternative Acquisition Approaches: Provide instances where alternative space system acquisition approaches and acquisition best practices have been successfully implemented in the past or for on-going space system programs, resulting in reduced program cost, streamlined acquisition schedules, and acceptable levels of risk. Where possible, provide specific quantified data regarding cost or schedule savings achieved. Of particular interest are disaggregated architectural approaches, rapid deployable space concepts, and potential commercial source data procurements in accordance with appropriate data purchase and quality of service agreements. c) Commercial and International Partnerships: Identify strategies that would utilize commercial and/or international vendors and agencies to deliver weather information products and data / data sets directly to the USG. These approaches could include joint ventures to procure space weather systems, or innovative data sharing agreements that could conceivably reduce the level of space-based weather collection required. Respondents should address potential Information Assurance for commercial and international partnerships. d) Ground System Improvements: Provide technical descriptions and associated cost / schedule estimates of potential ground system improvements that could contribute toward the satisfaction or augmentation of the previously identified capability gaps. Potential focus areas include data processing, exploitation, data sharing and mission management. Innovations in net-ready, open standards, service oriented architecture capabilities and associated technology and infrastructure requirements would be considered. e) Non-Material Solutions (NMS): Non-material solutions (e.g., solutions that do not require the development of a US Government space-based weather system) that could credibly contribute toward or augment the satisfaction of one or more of the 12 potential collection gaps identified previously would be considered. NMS examples include data procurement options that augment one or more capability areas, or the use of non-traditional weather data sources. 3. This request is for industry market research, budgetary and planning estimation purposes only. The Government will not award a contract on the basis of this market surveyor responses received. The Government intends to use Federally Funded Research and Development Center (FFRDC), Systems Engineering and Technical Assistance (SETA), University Affiliated Research Center (UARC) and National Laboratory (NL) support to assist in the review of the materials. All Government, FFRDC, SETA, UARC and NL personnel will sign the appropriate non-disclosure forms, and all information will be treated as COMPETITION SENSITIVE. Please be advised that the Government will not pay for costs associated with the preparation of the requested materials. The Government may contact a respondent for more information or clarification purposes. The Government does not commit to contacting a respondent or providing any feedback on a response. Respondents to this request should stipulate any assumptions used in the development of their response. No extensions to the schedule are foreseen. 4. This RFI is unrestricted and encourages responses from all responsible contractors independent of size. Responses from small and small disadvantaged businesses are 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. The NAICS 541712 size standard (1,000 employees) is applicable to the subcategory for "Space Vehicles and Guided Missiles, their Propulsion Units, their Propulsion Units Parts, and their Auxiliary Equipment and Parts." Submit the responses to the appropriate classification level email address provided below. The applicable Classification Code is ‘A- Research & Development'. Unclassified responses are encouraged where possible, but submissions may be classified up to the SCI level. All materials must be portion marked to identify specific proprietary information. Responses should be submitted electronically in either a text document (e.g., Microsoft Word or PDF format) or as a briefing (e.g., Microsoft power point format). Text documents are limited to no more than 10 pages (single spacing) per topic area; while briefings are limited to no more than 20 charts per topic area. Font should be no smaller than 10 pitch for either format. Responses are due by 1700 on 30 November 2012. Submissions that exceed these limits will not be considered. RFI submissions should only be sent to:  Primary: Mr Richard Williamson, SETA Support, SMC/XRD, (310) 653-9277; unclassified email: james.williamson.26.ctr@us.af.mil ; classified e-mail: williajm@nro.ic.gov.  Alternate: Ms Jennifer Vandervennet, Weather Systems Developmental Planning Government Lead, SMC/XRD, (310) 653 9677; unclassified email: jennifer.vandervennet@us.af.mil; classified e-mail: Jennifer.vandervetten@la.ic.gov. Contracting Points of Contact:  Mr Joseph Simonds, Director of Contracts, SMC/XRC, (310) 653-9072, Joseph.Simonds@us.af.mil  Capt Jake Alverson, Contracts Specialist, SMC/XRC, (310) 653-9710, Jake.Alverson@us.af.mil Sincerely, Joseph Simonds Director of Contracts, SMC/XR Contracting Office Address: 483 North Aviation Blvd El Segundo, CA 90245-2808
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/13-3/listing.html)
 
Place of Performance
Address: Los Angeles Air Force Base, SMC/XR, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN02932273-W 20121118/121116234241-3e02827ec4fd796e6e4f96e274bb15d6 (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.