Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2015 FBO #4811
SPECIAL NOTICE

R -- ORS-1 Automation, Phase I

Notice Date
1/24/2015
 
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
FA8818-15-C-0022
 
Archive Date
2/15/2015
 
Point of Contact
David L. Clonts, Phone: 5058535873
 
E-Mail Address
david.clonts@us.af.mil
(david.clonts@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE OF CONTRACT ACTION (NOCA) <h4 style="TEXT-ALIGN: center; MARGIN: 0in 0in 0pt; TEXT-INDENT: 0in; mso-list: none; tab-stops:.5in"> 24 Jan 2015 NOTICE OF INTENT TO AWARD A SOLE-SOURCE CONTRACT THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of intent to award a sole source contract under the statutory authority of 10 USC 2304(c) (1), as implemented by FAR 6.302 ( FAR 6.302-1(a)(2) (iii). (Only One Responsible Source.) These services required by the DoD are available from only one responsible source, and no other type of service will satisfy agency requirements, thus full and open competition need not be provided for. Additionally, these services are deemed to be available only from the original source for the continued provision of highly specialized services. Furthermore, it is likely that award to any other source would result in substantial duplication of costs to the Government that are not feasibly expected to be recovered through competition and would result in an unacceptable delay in fulfilling the agency's requirements. The Advanced Systems and Development Directorate (SMC/AD) intends to award a new sole-source contract to support ORS-1 Automation, Phase I. The proposed contract is required to fulfill an urgent operational need to support the 3 rd Space Experimentation Squadron (3SES) to perform automation of tasks for the Operationally Responsive Space-1 (ORS-1) spacecraft mission operations to demonstrate the ability to perform automated operations in support of the Air Force Space Command (AFSPC) Enterprise Ground Initiative. This action will result in the award of one (1) Cost Plus Fixed Fee (CPFF) contract with a CLIN for effort and a not-separately-priced CLIN for CDRL deliverables. The effort is Research & Development type of effort of ground system technology that is not mature. CDRLs will include weekly status reports, monthly cost reports, project schedules, and technical reports. The scope of work for this Contract will be of the same type as defined in the Space Test & Engineering Contract 2009 (STEC09) contract's Performance Work Statement (PWS). Because the Space Test & Engineering Contract 2009 (STEC09) ordering period expired on 13 November 2014, this work cannot be added as a new Task Order to the STEC09 contract. The replacement to the current STEC 09 contract (STEC 14) is currently in source selection. A new sole-source contract is required to support this particular effort. Therefore, a J&A has been prepared and will eventually be publicized within 14 days after contract award in accordance with FAR 6.305(a). The Government found that the incumbent STEC09 Small Business contractor, LinQuest Corporation, is the only source that can provide the immediate services for the current critical mission. Fulfilling the requirement to establish a ground system automation capability for the ORS-1 mission leverages tools that have been developed and integrated by LinQuest for the STPSat-2 and STPSat-3 missions. These automation tools will be modified and integrated on the MMSOC ground system at 3SES for use on the ORS-1 mission. Sourcing this work to another Contractor would require such Contractor to become familiar with the MMSOC ground system and the automation tools that have been developed thus far, before any work for adaptation and implementation for the ORS-1 mission could begin. This would result in an unacceptable delay in implementing the ORS-1 automation solution at 3SES. The current RSC satellite operations contractor, LinQuest, provides highly specialized services and is the only responsible source available to rapidly implement automation on ORS-1. This contractor currently develops, tests, and implements automation tools under the STEC09 contract. No other contractor has these specific tools combined with a thorough understanding of the MMSOC ground system, and in-depth knowledge of the configuration files; to meet the aggressive implementation schedule and fulfill this urgent operational need. This action will demonstrate the ability to perform automated operations to support an operational satellite. Because the ORS-1 mission is expected to end in 2016, there is limited time to perform the work required to demonstrate automation capabilities on this unique mission. Because there is no other satellite available to support this automation demonstration, a failure to demonstrate automation capabilities on ORS-1 would adversely impact the overall Enterprise Ground Initiative. Planned tasks involve modifying the automation tools currently in use at the RSC and successfully implementing 3SES automation requirements on ORS-1. The contractor must meet the aggressive implementation schedule to fulfill this urgent operational need. Failure to fulfill this operational need will have an adverse impact on the Enterprise Ground Initiative and result in serious injury to the government. The Period of Performance of the ORS-1 Automation Contract will run for three (3) months from 15 Feb 15 through 13 May 2015. The estimated cost for the ORS-1 Automation Contract is $149K. While this notice of intent is for informational purposes only, and is not a request for competitive proposals, interested parties (to include small and small disadvantaged businesses) may identify their interest and technical capability, and submit information for consideration by the agency. Please keep the responses to 15 one-sided pages or less, with 1-inch margins on all sides. and in Times New Roman 12-point font. The applicable NAICS code is 541712 with a corresponding size standard of 1,000 employees. Classification code is 'R" Professional, Administrative and Management Support Services-- R425, Engineering and Technical Services. This announcement constitutes the only notice for this supplemental contract effort. The incumbent is the only contractor who currently can perform automation of tasks for the Operationally Responsive Space-1 (ORS-1) spacecraft mission operations to demonstrate the ability to perform automated operations give the unique and highly skilled nature of the effort. At this time, there are no other contractors who are capable of providing these services without resulting in duplication of costs to the Government and incurring an unacceptable delay to this operational need. As stated previously, competition is currently on-going. The Government will post notices regarding that acquisition to FedBizOpps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-15-C-0022/listing.html)
 
Place of Performance
Address: 3548 Aberdeen Ave SE, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03624182-W 20150126/150124233026-bf500ce1a39cf4778bcb72e817c1d90c (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.