Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2015 FBO #5019
SPECIAL NOTICE

18 -- Global Positioning System III Space Vehicle 11+ Phase 1 Production Readiness Feasibility Assessment Industry Day Announcement

Notice Date
8/19/2015
 
Notice Type
Special Notice
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
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
FA8807-15-R-0003(1)
 
Archive Date
8/27/2015
 
Point of Contact
Roy Lee, Phone: 3106533212, Dominicke Ybarra, Phone: 3106532499
 
E-Mail Address
roy.lee.11@us.af.mil, Dominicke.Ybarra@us.af.mil
(roy.lee.11@us.af.mil, Dominicke.Ybarra@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Background On 04 June 2014, the Government released a Sources Sought Synopsis (GPS III Alternate Sources Production Readiness- FA8807-15-R-0003) requesting Statements of Capability from potential offerors interested in competing for GPS III SV11+ production. On 09 July 2014, the Government conducted an industry day to describe the Government's planned acquisition approach. Since that time, available funding, schedule, requirements and deliverables changed as the Government refined its acquisition strategy. As a result of those changes, on 10 April 2015, the Government released a Sources Sought Synopsis ("GPS III Alternate Sources Production Readiness FA8807-15-R-0003) requesting Statements of Capability from potential offerors interested in competing for the GPS III Space Vehicle (SV)11+ Phase 1 Production Readiness Feasibility Assessment. On 27 April 2015, the Government conducted an Industry Day to describe the Government's refined acquisition approach, funding, schedule, requirements and deliverables. On 03 July 2015, OSD(AT&L) approved the GPS III SV11+ Phase 1 Production Readiness Feasibility Assessment Acquisition Strategy Document (ASD). On 20 July 2015, the Government released a Draft Request For Proposal (RFP) soliciting industry feedback; industry comments were received on 04 August 2015. Purpose The purpose of this Announcement is to notify interested industry sources about a Phase 1 RFP industry day on Wednesday, 26 August 2015 to discuss industry's Draft RFP comments and the Government's adjudication of those comments. Full details related to Industry Day are included below. Discussion The Government plans to use a two-phased acquisition approach to procure the next buy of GPS III SVs. Phase 1 is a Production Readiness Feasibility Assessment to determine if viable, low-risk, high-confidence sources exist to reduce risk and inform a Phase 2 Follow-on Production Competition to procure up to 22 GPS III SVs in the FY18 timeframe. For Phase 1, the Government intends to award up to 3 Firm Fixed Price (FFP) contracts via a full and open competition. Available funding for each contract is planned at $5M per basic contract, with two options at tiny_mce_marker.5M each. Phase 1 RFP release is anticipated in 4QFY15 and contract award(s) are planned for 2QFY16. Phase 1 technical requirements include the current GPS III SV01-08 baseline with the addition of redesigned Nuclear Detonation Detection System (NDS), Search and Rescue/GPS (SAR/GPS), and Laser Retroreflector Array (LRA) payloads, Unified S-Band (USB) compliance, Regional Military Protection capability; all without changing or impacting the GPS Next Generation Operational Control Segment (OCX) or Military GPS User Equipment (MGUE) interfaces. Performance and results from the Phase 1 Production Readiness Feasibility Assessment will inform the Phase 2 acquisition. Phase 2 is planned as a single Fixed-Price-Type contract awarded through a full and open competition for production of up to 22 GPS III SVs, starting no earlier than procurement of GPS III SV11. The Phase 2 RFP release is planned for 1 year after Phase 1 Authority to Proceed. Phase 2 award is planned for FY18 to allow sufficient time to deliver GPS III SV11 in time to support the FY23 constellation need for the 11th GPS III SV. Please note that Phase 2 details are included in this document only for reference and will be decided after Phase 1 award. Industry Day The Government is hosting an Industry Day regarding the GPS III SV11+ Phase 1 Production Readiness Feasibility Assessment Draft RFP comments on Wednesday, 26 August 2015, from 0900 to 1100 PDT. The Industry Day will be in the TASC Inc. facility located at 400 Continental Blvd Suite 500, El Segundo, CA 90245. The Government mandates participation from its Federal Funded Research and Development Center (FFRDC), Systems Engineering and Integration (SE&I), and Systems Engineering and Technical Assistance (SETA) contractors, during the Industry Day briefings. Specifically Aerospace, Canyon Consulting, TASC, and Quantech contractors will be present during Industry Day and one-on-one sessions. The GPS III SV11+ Phase 1 Production Readiness Feasibility Assessment RFP Industry Day will be held at the "For Official Use Only" classification level. Companies attending the Industry Day shall limit their representation to no more than five attendees per company at the Industry Day general briefing and no more than five individuals, to include potential subcontractor representation, at the one-on-one sessions. If a company planning to participate in the Industry Day activities intends to discuss any of the intellectual property provisions in the Draft RFP, one of those attendees must be their in-house counsel as the government's GPS program attorney will be participating in such discussions. Companies planning to participate in the Industry Day activities shall provide one consolidated attendance request, with the company name, point of contact, title, email address, phone number, whether or not a one-on-one session is desired, and the following information for each of the company's participants: First, middle and last name, driver's license number, birth country, birth city and state (if in the US) and citizenship information-and if in-house counsel, in which states in-house counsel is licensed to practice law and provide bar license numbers-to both Mr. Rick Bolander at richard.bolander.3.ctr@us.af.mil and Mr. John Mascelli at john.mascelli.2@us.af.mil no later than 1700 PDT on Monday, 24 August 2015. Attendance at Industry Day and any discussions or release of information is strictly voluntary. Due to physical security limitations, Foreign Nationals and electronic devices are not permitted at the Industry Day or one-on-one discussion location. This announcement is not a formal solicitation and is not a request for proposal; if applicable, this will be announced at a later date. The Government will post Industry Day questions and answers in the bidder's library. The Government will not distribute any other Industry Day material. This notice does not constitute a Request for Proposal. 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. An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the Program Manager, Contracting Officer, or Source Selection Official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes. If resolution cannot be made by the Contracting Officer, the interested party may contact the ombudsman, Ms. Olalani Kamakau, SMC/PK, (310) 653-1185, 483 N. Aviation Blvd, Los Angeles AFB, CA 90245. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of information, verify due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8807-15-R-0003(1)/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03845077-W 20150821/150819235034-f1afc02bf3ca43c25bf4f4b684b5051b (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.