SOURCES SOUGHT
18 -- Temporary Contingency Operation capability for GPS III Positioning - COps Sources Sought
- Notice Date
- 2/11/2015
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- 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
- SMCGP15-032
- Archive Date
- 3/13/2015
- Point of Contact
- Robert M. Chernoff, Phone: 3106533128
- E-Mail Address
-
robert.chernoff@us.af.mil
(robert.chernoff@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- COps Sources Sought Description: This is a Notice of Proposed Contract Action per FAR 5.203(a). The U.S. Air Force Space and Missile Systems Center (SMC) Global Positioning Systems Directorate (SMC/GP) intends to release a solicitation and to negotiate the purchase of a temporary, contingency operation capability for GPS III Positioning, Navigation, and Timing (PNT) as a risk mitigation in the event the GPS Next Generation Operational Control System (OCX) is delayed beyond the need date for GPS III Space Vehicle 01 (SV01) to be integrated into the operational GPS constellation. GPS III satellites are currently being built for SMC by Lockheed Martin Space Systems Company (LMSSC). The GPS III contingency flight operations capability will provide the temporary capability to perform the PNT mission for GPS III satellites integrated into the constellation of GPS II vehicles operated with the existing control segment, the Architecture Evolution Program (AEP). In this context, performance of the PNT mission refers to the ability to compile, format, generate, encrypt, upload data to GPS III SVs, and monitor navigation messages in all GPS III signals. The Air Force does not envision the need for a contingency capability to perform GPS III launch and on-orbit test, as that capability is anticipated to be available through LMSSC's Launch and Checkout Capability (LCC), incorporating OCX's Launch and Checkout System. This contingency flight operations capability would require the modification of AEP's operational Kalman filter currently sustained by Lockheed Martin on the GPS Control Segment Sustainment Contract, its integration with existing LMSSC-developed GPS III test tools for upload generation, an upload capability either through LMSSC's LCC or through AEP, and the tracking of legacy GPS III signals using the existing GPS monitoring stations. SMC/GP believes that, due to its unique position as the sustainer of AEP, developer and operator of the GPS III LCC, and developer of GPS III satellites, only LMSSC is capable of performing this work, in accordance with only one responsible source and no other supplies or services will satisfy agency requirements, under the authority of FAR 6.302-1. Any persons or companies interested in this notice are to respond to the requirement and submit their Statements of Capabilities (SOC) to the respective Government Point of Contact. The responding Prime Contractor must be able to develop, integrate, test, and operate a GPS III contingency flight operations capability, fully integrating GPS III operations with the ongoing operations of the GPS II constellation. Development and testing of the contingency flight operations capability must be done in coordination with, and not impede, on-going AEP sustainment activities. The contingency capability must retain security, information assurance, mission assurance, interface control, and logistics support appropriate for control of the operational GPS constellation. This notice is seeking only Prime Contractors, not suppliers of components, materials, software, or services that may be used by a Prime Contractor to deliver this capability. Qualified sources must demonstrate the ability to deliver this capability with minimal investment by the Government and high confidence of success. Qualified sources must additionally demonstrate all of the following capabilities: •(1) A high confidence solution for GPS III contingency flight operations integrating GPS III satellites into the GPS constellation using the operational Kalman filter. The solution must have a very high confidence of successful acceptance by the Government and entry into operations in less than 36 months from contract award. •(2) A thorough understanding of the GPS PNT mission, including Kalman filters, message generation and upload, message and signal types, and signal monitoring. •(3) A thorough understanding of the GPS III payload, including its design, interfaces, and upload and download message formats. •(4) A thorough understanding of AEP's Kalman filter, as well as a credible plan for modifying, integrating, and testing it to incorporate GPS III without impact to on-going GPS operations. •(5) A thorough understanding of relevant GPS interfaces. •(6) A thorough understanding of and demonstrated performance in delivering satellite control systems with the highest levels of information assurance protections. •(7) Extensive systems engineering experience, knowledge, and background dealing with PNT systems, including system requirements analysis, test and verification, risk management, and system security management. The SOC shall not exceed ten one sided 8-inches by 11-inches pages in length, using fonts no smaller than 12 pitch, with page layout margins set to 1-inch both horizontally and vertically. Responses must be submitted via electronic mail as Microsoft Word or Adobe Acrobat file type attachments. The period of performance is 4 years and will begin 2015. This notice of proposed contract actions is not a request for competitive proposals. Information furnished shall include enough detailed documentation to allow the Government to perform a proper evaluation. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. 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 the submission of this SOC. The following North American Industry Classification System (NAICS) codes will be used for this effort is 517919 with the applicable small business size standard being $32.5M average annual receipts. Submit all responses to: SMC/PKP Attn: Robert M. Chernoff ( robert.chernoff@us.af.mil ), 483 N. Aviation Blvd, El Segundo, CA 90245-2808. All interested parties must identify to the Contracting Officers their capability to satisfy the Government's requirement within 15 calendar days of this notice. Responses from small business and small, disadvantaged businesses are highly encouraged. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman for the Space and Missile Systems Center is Ms. Olalani Kamakau, 310-653-1185 or olalani.kamakau@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/SMCGP15-032/listing.html)
- Place of Performance
- Address: LA AFB, 483 N. Aviation Blvd., El Segundo, California, 90245, United States
- Zip Code: 90245
- Zip Code: 90245
- Record
- SN03639558-W 20150213/150211234358-d9d18ca077ad8f18ccf81ee34eee3ce6 (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 |