Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2013 FBO #4117
MODIFICATION

R -- Market Research for the Space & Missile Systems Center (SMC) Technical Support – 2 (STS-2) Program - STS-2 Industry Capabilities Matrix - SMC Specialty Engineering Disciplines - One-on-One Schedule

Notice Date
3/1/2013
 
Notice Type
Modification/Amendment
 
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
STS-2_2013
 
Point of Contact
Christian Evans, Phone: 310-653-2490, Daniel McAlister, Phone: 310-653-1333
 
E-Mail Address
christian.evans.3@us.af.mil, daniel.mcalister@us.af.mil
(christian.evans.3@us.af.mil, daniel.mcalister@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
One-on-One Schedule SMC Systems Engineering - Specialty Engineering Disciplines - Framework and Descriptions, Space & Missile Systems Center, U.S. Air Force, Volume 2, 1st Edition, 3 October 2011 STS-2 Industry Capabilities Matrix Description / Purpose: The Government requests information from industry by 10 Mar 2013, as described below; the Government will conduct an Industry Day session 13-15 Mar 2013, as described below. For the Request for Information (RFI), there are three items the Government requests from industry, as follows: (1) a completed matrix, (2) a contract list, and (3) a 5-page statement of capability (SOC). Background : The SMC Program Management & Integration Specialized Contracting office (SMC/PIC) is assessing the commercial marketplace's capability to provide technical Advisory & Assistance Services (A&AS) to support acquisition, development, deployment, and sustainment of SMC programs and systems. The scope of work is expected to include twenty-one (21) technical tasks across twenty-two (22) specialty engineering disciplines (SEDs) for various space and missile mission areas and functions. The Government intends to post the initial draft of the STS-2 Performance-based Work Statement (PWS) as early as 8 March 2013. The technical tasks expected are as follows: (1) Acquisition related support, (2) Contractor system design and analysis, (3) Configuration management, (4) Data management, (5) Enterprise architecture, (6) Logistics support, (7) Launch verification, (8) Modeling & simulation, (9) Operational support, (10) Programmatic support, (11) Review & evaluation of contractor system performance, (12) Risk management, (13) System & segment technical baseline, (14) System development, (15) Systems engineering planning, (16) Systems integration, (17) Schedule management, (18) System safety & environmental safety, (19) System security & information assurance, (20) Sustainment support, (21) Test and evaluation. The 22 Specialty Engineering Disciplines (SEDs) expected, are as follows: [Please refer to the attached document: SMC Systems Engineering - Specialty Engineering Disciplines - Framework and Descriptions, Space & Missile Systems Center, U.S. Air Force, Volume 2, 1 st Edition, 3 October 2011.] (1) Life Cycle Systems Engineering - Overarching Engineering, (2) Test & Evaluation Engineering, (3) Software Engineering, (4) Integrated Logistics Support, (5) Design Engineering, (6) Manufacturing and Producibility, (7) Quality Assurance, (8) Reliability and Maintainability, (9) Spectrum Management, (10) Concept Development, (11) Architecture Engineering, (12) System Safety Engineering, (13) Acquisition Systems Protection & International Program Security, (14) Survivability Engineering, (15) Human Systems Integration, (16) Mass Properties Engineering, (17) Electromagnetic interference/Electromagnetic compatibility (EMI/EMC) Engineering, (18) Parts, Materials, and Processes Engineering, (19) Information Assurance Engineering, (20) Net-Centric Engineering, (21) Environmental Engineering, and (22) Prognosis, Diagnostics (Prognostics) & Health Management (PHM) Engineering. Space and missile systems mission areas and functions consist of, but may not be limited to, the following: (1) Military Satellite Communications (MILSATCOM), (2) Space-Based Positioning, Navigation and Timing (PNT), (3) Overhead Persistent Infra-Red (OPIR), (4) Weather, (5) Nuclear Detection System (NDS), (6) Satellite Control Network, (7) Space Launch - Large & Small, (8) Space Superiority, (9) Missile Warning / Space Situation Awareness - Ground Radars (10) Space System Logistics, and (11) Space Developmental Planning. The A&AS tasks shall be performed in various locations, to include, but not limited to: Los Angeles CA, Peterson AFB CO, Vandenberg AFB CA, Kirtland AFB NM, and Cape Canaveral FL. Period of Performance: Five year duration, commencing in March, 2014 (approx.). This RFI is for market research and planning purposes only; it does not constitute a Request for Proposal (RFP) and it does not obligate the Government to reimburse any cost associated with preparation and/or submission of the information. The Government may use information submitted by respondents to assist in developing a potential acquisition strategy. 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. Responses from small business and small, disadvantaged business firms are highly encouraged. Request for Information and Responses : The Government requests responses from companies that have demonstrated relevant experience performing A&AS contracts in which they have performed one or more of the 21 technical tasks across one or more of the 22 SEDs in the acquisition of space and/or missile systems. First, the Government requests respondent companies to complete the attached matrix. To complete the matrix, individual companies shall place a "P" in a box in which that company performed pertinent tasks as an A&AS prime contractor and an "S" in a box in which that company performed pertinent tasks as an A&AS subcontractor. DO NOT alter the size and shape of the matrix other than to add a "P" or an "S" in a particular box. For example, if a company had (or currently has) an A&AS contract in which they were (or are) the prime contractor and they used expertise in the "Software Engineering" SED to perform "Launch verification" tasks in the acquisition, development, deployment or sustainment of a space or missile system, they shall place a "P" in that box. Please Note : We are ONLY interested in work performed by an individual company - as either a prime contractor or a subcontractor. In other words, if a company performed work as part of a team, only include work performed by that company and EXCLUDE work performed by a teammate(s). Second, after completing the matrix, the Government requests respondent companies to complete a list of technical A&AS contracts they have annotated in the matrix with either a "P" or an "S". The contracts list shall include the contract number, the period of performance, and the approximate dollar value of your company's effort (NOT the whole effort, if part of a team; round off to the nearest $50,000). Contracts shall be listed in the following format: Contract Number, Period of Performance, Approximate Dollar Value of Your Company's Effort Example: FA8802-07-F-2005, 6 Jul 2011 - 5 Jul 2012, <$50,000 Third, the Government requests respondent companies to provide a "statement of capability" (SOC) explanation, which describes the nature of the technical A&AS contracts the respondent company has annotated in the matrix with either a "P" or an "S". The SOC explanation shall start with a statement from the company regarding the size of their business and their NAICS Code as well as their own assessment of their capability to use their expertise in all or some (the company shall list the number) of the 22 SEDs to perform all or some (the company shall list the number) of the 21 technical tasks. For example, "We are pleased to provide XYZ Company's completed matrix. XYZ Company, a small business with less than 100 employees in NAICS Code 541712, has expertise in 1 of the 22 SEDs and is able to use this expertise to perform all 21 of the technical tasks. At XYZ Company, we specialize in "spectrum management" and we have used this expertise to perform all 21 technical tasks in the acquisition of military satellite communications systems." [Continue explanation as required.] The SOC explanations shall not exceed 5 total single-sided pages in length. All responses must conform to 8.5x11-inch pages, with font no smaller than 12 point. (The matrix and contract listing or any cover page or table of contents pages are not part of the SOC explanation and will not count against the page limit). Industry Day Session: Purpose: The purpose of the Industry Day session is to brief industry participants on the latest acquisition planning effort for the STS-2 program and then individually discuss the matrix, contracts list, and SOC explanation responses with respondent companies. Dates: March 13, 14, and 15, 2013. Location: Aerospace Building A1, 2310 East El Segundo Blvd, El Segundo, CA 90245. (310) 336-5000. Execution: The Industry Day session will consist of two phases. Phase 1, at 1000 on 13 March 2013 in Aerospace Building A1 (First Floor), Room 1030/B (Titan IV/B), will be a briefing by the STS-2 acquisition team, which will describe current planning and efforts regarding the STS-2 acquisition. Phase 2, the afternoon of March 13 in Aerospace Building A1 (First Floor), Room 1735, as well as March 14 and 15 in Aerospace Building A1 (Fourth Floor), Room 4525, will be an opportunity for respondent companies to discuss the matrix, contracts list, and SOC explanations previously submitted. Please Note : We do NOT want marketing pitches during Phase 2; rather, we intend to have an open dialog regarding the matrix, contracts list, and SOC explanation response. Contractors who elect to participate in Phase 2 will be scheduled for a 15 minute session, in one of the time-slots listed in the attachment, "One-on-One Schedule". To attend the Industry Day session, company representatives must send an RSVP via email to the following contact no later than 2300 Pacific time, Sunday 10 March 2013 : Captain Christian Evans STS-2 Program Manager (310) 653-2490 Christian.Evans.3@us.af.mil All RSVPs must contain the following information: • Full name of company representative(s) that will attend • Company name • Representative official company title/affiliation • Representative email address • Representative phone number • Yes/No to whether you would like the above information released to other Industry Day attendees • Completed Matrix (include as an attachment) • List of Contracts (include as an attachment) • SOC Explanation (include as an attachment) • Yes/No to whether you would like a 15-minute SOC explanation session (1 per company) Because seating is limited, only three (3) representatives per company are permitted to attend. Once an RSVP is received, attendees will be added to the Industry Day roster that will be provided to Aerospace Security in order to be granted access to the Aerospace Facility. Please be prepared to show two forms of identification to security personnel at the entry control point (ECP). Thank you for your interest in the STS-2 acquisition. Please check posting regularly for updates and information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/STS-2_2013/listing.html)
 
Place of Performance
Address: Space & Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808, United States
Zip Code: 90245-2808
 
Record
SN03000784-W 20130303/130302091804-de83a9dac28411b6a07da367ca1f8ec6 (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.