Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2015 FBO #5056
SOURCES SOUGHT

A -- Space Based Infrared System (SBIRS) Contractor Logistics Support (CLS)

Notice Date
9/25/2015
 
Notice Type
Sources Sought
 
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
FA8810-13-C-0002
 
Archive Date
10/28/2015
 
Point of Contact
William D. Mills, Phone: 7195562312, Brent Jorgensen, Phone: 7195562795
 
E-Mail Address
william.mills.10@us.af.mil, brent.jorgensen.1@us.af.mil
(william.mills.10@us.af.mil, brent.jorgensen.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force (USAF) Space Based Infrared System (SBIRS) program is contemplating issuing a sole source three-year contract extension to Lockheed Martin Corporation, Space Systems Company (LMSSC) for SBIRS Contractor Logistics Support (CLS), and legacy sustainment for operational SBIRS and Defense Support Program (DSP) ground system assets, factory assets, and on-orbit, operationally accepted SBIRS satellites and sensors. The effort includes ground and space systems sustainment, operations crew support, and Combined Task Force (CTF) support. These services are currently provided on the SBIRS contract number FA8810-13-C-0002 (the CLS Contract), with a period of performance for these services ending on 30 September 2016. The Fiscal Year (FY) 2017-2019 extension is required to provide continuity of service through completion by LMSSC of the Engineering, Manufacturing, and Development (EMD) phase of the SBIRS program. The current Government projection for completion, delivery, and operational acceptance of the EMD phase and the stabilization and baselining of the SBIRS Objective System (four Geosynchronous (GEO) spacecraft, two Highly Elliptical Orbit (HEO) payloads, fixed and mobile ground systems) is 30 September 2019. Background: In 1995 the Government awarded pre-EMD phase contracts to two contractors with a planned down-select to a single contractor for the EMD phase. On 8 November 1996, the Government selected LMSSC in a competitive down-select to complete the SBIRS EMD phase. Deliverables for the EMD phase include GEO satellites, HEO infrared sensors, and the associated fixed and mobile ground segments. The contract included Total System Performance Responsibility (TSPR). The scope of work included SBIRS CLS, legacy sustainment and operations support, space systems sustainment (On-orbit/Factory Support), and CTF support. The contract also required the Contractor to provide sustainment depot, factory, and CTF facilities. In FY13, the program office elected to transfer the CLS and CTF support tasks from the EMD contract to a separate contract. As a result, contract no. FA8810-13-C-0002 was awarded to provide those services through the end of FY16. In FY15, on-orbit spacecraft sustainment services (Factory Support) were included under the CLS Contract. Award of the separate CLS contract to provide these services is considered administrative in nature with the authority to contract still covered by the EMD acquisition strategy. At award of the CLS contract, the responsibility to provide CLS services remained with the development contractor. Because of the TSPR structure of the SBIRS EMD program, the contract did not require delivery of ground systems sustainment (technical) data. The Government is in the process of acquiring systems sustainment data/technical data packages to support a future competitive procurement of ground sustainment services, however, this data is not yet available and will be not available for the contemplated follow-on contract. The Government projection is that a bidders' library to support a competitive procurement of the ground sustainment services could be in place as early as first quarter of FY19 with a competitive award no earlier than FY20. Description of Services: The CLS contract extension will require the CLS contractor to provide the following support: (1) 24/7 operations crew support and on-site support at primary and backup mission control stations to include ground systems engineering, satellite systems engineering, and hardware maintenance. This includes maintenance control functions, such as site/system/resource scheduling, oversight, coordination, and input to the customer's daily activity schedule, tracking, and reporting of system events, as well as collection of performance measures on usage and availability and reporting of findings to internal and external customers. Requires contractor to provide 24/7 on-site monitoring, scheduling, troubleshooting, administration, and maintenance of the Operations Migration Capability (OMC). The OMC is a system capable of delivering a wide variety of real-time and near real-time Overhead Persistent InfraRed data to exploitation Applications. OMC is a classified data distribution network that provides data to non-Integrated Tactical Warning and Attack Assessment (ITW/AA) certified users from the primary mission control station, and monitoring at the interim and backup mission control station OMC. Maintenance is also provided for OMC Applications (management tools and data formats), and will be required during the future migration to the subsequent Assessment Sub-Element (ASE), and Operational Sub-Element (OSE). (2) Organizational maintenance (level 1) and depot maintenance (level 2) support for the SBIRS ground system consists of a Mission Control Station (MCS), Interim Mission Control Station Backup (IMCSB), Mission Control Station Backup (MCSB), Survivable Mission Control Station (SMCS), worldwide Relay Ground Stations (RGS), European Relay Station (ERS), Readout Station Application (RSA), Satellite Readout Station (SRS), Ground Communication Network Modernization (GCNM), and the Mobile Ground System (MGS), including the SBIRS Survivable Endurable Evolution (S2E2). Support is also provided to the OMC, ASE and OSE. Support requirements consists of: organizational maintenance support; operations integration; system administration; communication security account management and support; logistics support; media control and account management; communications engineering; communications support; site leadership and administrative support; hardware depot support, network/communications engineering, facilities support, hardware & software engineering, hardware & software configuration management, quality assurance, software integration and testing, software depot support, systems engineering, interactive electronic technical manuals and delta training support, contactor test team support, information assurance and system certification accreditation, program security, reliability, maintainability and dependability engineering, system safety engineering and hazard risk tracking analysis, and space/ground anomaly working group support. (3) On-orbit sustainment support (Factory Support) to SBIRS GEO satellites and HEO payloads. The SBIRS mission uses highly technical non-imaging infrared sensors to detect and track ballistic missile launches and space launches, and reports them to US and allied forces and assets deployed worldwide through the ITW/AA configuration control processes. The on-orbit sustainment support includes factory space vehicle and HEO sensor support for anomaly resolution support tasks, on-orbit maintenance support, operations product development and checkout, and software and database maintenance. Support tasks include (a) Technical support to operational missile warning on-orbit constellation satellites, trending analysis, performance and data archive, as well as the training of new personnel; (b) Space based non-imaging infrared mission performance assessment for real-time mission support and infrared event data analysis; (c) Operational satellite and payload anomaly support to include root cause determination and implementation of corrective actions; (d) Contractor facility supporting on-orbit operations (either from the factory or at the operational site) must be Defense Security Service (DSS) certified and capable of processing classified information as required by the SBIRS constellation; (e) Program support includes management of contractor team and contract/business operations segment to track financial issues and deliverables; (f) Capability to develop software tools and implement command plans; (g) Support at various Government sites; (h) Factory infrastructure support, including: operations support facilities, laboratory facilities, information assurance and system certification and accreditation. (4) CTF support to (a) provide qualified contractor crew and support personnel to conduct uninterrupted SBIRS GEO satellite operations within the Interim Test Center (ITC), Boulder, CO; (b) resources to perform crew training and evaluations; (c) system regression tests. (5) Ground and space sustainment studies and modifications. Scope of Contract Extension: The contemplated extension will provide for the continuation of the CLS contract for an additional three years (FY17-FY19) awarded as three (3) one-year options. The CLS, legacy sustainment, operations crew support, operations site(s) support, ground sustainment to the SBIRS fixed sites and mobile ground system infrastructure, and the Factory Support to the on-orbit SBIRS satellite/payload constellation will be extended for the additional three (3) years in order to allow time for LMSSC to complete delivery of the SBIRS Objective System. The CTF and Increment 1 CLS support will be extended for only a single three month option (through 31 December 2016) to provide a mechanism for continuity of support through the latest anticipated completion of Operational Acceptance of the Increment 2 (Block 10) ground system. Schedule: It is anticipated that a Request for Proposal (RFP) will be released in the second quarter of FY16 with a period of performance beginning in FY17 comprised of three (3) one-year options. Contract award is projected for the 4th quarter of FY16. Statements of Capability: Interested Parties are invited to respond if they can provide a comparable level of performance using technical and sustainment data, and depot, factory, and laboratory facilities currently in their possession due to limitations in the Government's rights in data, described above. Interested parties who believe they have the capability to perform as a prime contractor in support of this effort must submit a Statement of Capabilities (SOC), which includes the following information: Personnel/Size Standard, Company Name, Mailing Address, Point of Contact and Telephone Numbers, Business Size Classification, Large, Small or Other. The SOC should include comparable technical and sustainment experience and demonstrate the ability to provide required depot, factory and laboratory facilities commensurate with those provided by the incumbent under the current contract. The SOC must conform to 8.5 X 11-inch pages, with font no smaller than 12-point, and it shall not exceed twenty pages and must be submitted by 13 October, 2015, 4:00pm Mountain Standard Time. Submit an electronic copy of the SOC to William Mills at william.mills.10@us.af.mil. In addition, mail one hard copy via U.S. Postal Service addressed to: SMC/PKL, ATTN: William Mills, Contracting Officer, 1050 East Stewart Ave, Peterson AFB, CO 80914-2092. The Government will use the SOC to help determine the interest and ability of qualified sources in the marketplace. This announcement is for information and planning purposes only. It does not constitute a RFP and is not to be construed as a commitment by the Government. The Government will not pay any cost associated with the submittal of information solicited herein. The SOC and all related communications that contain proprietary information should be marked as such. Written responses only will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8810-13-C-0002/listing.html)
 
Place of Performance
Address: Colorado, California, Continental U.S. (CONUS), and Outside Continental U.S. (OCONUS) locations., United States
 
Record
SN03904431-W 20150927/150925235651-dfcf2787c4df391441c9edca5bc3fef0 (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.