Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2016 FBO #5168
SPECIAL NOTICE

A -- Engineering, Development, Integration and Sustainment Contract (EDIS) - Draft EDIS Requirements

Notice Date
1/15/2016
 
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
FA8818-16-R-0023
 
Archive Date
1/15/2019
 
Point of Contact
Cassandra L. Way, Phone: 5058535417, Rigel Valverde, Phone: 505-853-3679
 
E-Mail Address
cassandra.way@us.af.mil, rigel.valverde.4@us.af.mil
(cassandra.way@us.af.mil, rigel.valverde.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft EDIS WBS (w/Definitions) Draft EDIS Program Objectives Formerly: https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA881815R0025/listing.html The purpose of this RFI is to share with industry changes being considered to the acquisition strategy outlined in the Engineering, Development and Sustainment (EDS) 2016 sources sought synopsis published on 5 Feb 15 (formerly FA8818-15-R-0025) and in the attached EDS Follow-On Industry Days briefing. The Government has changed the program requirement title from EDS 2016 to the Engineering, Development, Integration and Sustainment (EDIS) Contract, solicitation number FA8818-16-R-0023. The Government also intends to obtain industry feedback on the new strategy, industry statements of capability, as well as industry interest in supporting the revised requirements The EDIS contract will not include Mission Unique Software (MUS)/Application (Apps) development for missions hosted on the Multi-Mission Satellite Operations Center (MMSOC) previously included in EDS. The EDIS requirement includes the integration of R&D and operational mission telemetry, tracking and commanding (TT&C) and the MUS/Apps as necessary. The revised draft Program Objectives is attached for clarity. The Government is seeking information from industry regarding options for MUS/App development and the possible separation of Mobile Range Flight (MRF) support. I. REQUEST FOR STATEMENT OF CAPABILITY (SOC) INFORMATION This pre-solicitation RFI requests two separate statements of capability addressing different sets of requirements which may or may not be combined into one acquisition. Please provide separate SOCs in accordance with the content and format outlined for each area. A. ENGINEERING, DEVELOPMENT, INTEGRATION AND SUSTAINMENT (EDIS) PROGRAM REQUIREMENTS The EDIS contract will perform functions as described in the attached, revised Draft Program Objectives. The bulk of the scope will be under the "integration" and "sustainment" areas. Under EDIS, the MMSOC core development follows a Modular Open Systems Approach (MOSA) with defined standards and standard, government prescribed external interfaces which enable a common operator interface. Consistent with Department of Defense (DoD) Directive (DoDD) 5000.01, Enclosure 1 and DoD Instruction (DoDI) 5000.02, Enclosure 3, proprietary and/or unique standards and components will be minimized. Between FY2017 and 2021, SMC/AD forecasts migrating onto MMSOC five existing Air Force Space Command (AFSPC) major weapon systems, all new AFSPC satellite systems and all new R&D satellite systems which will operate from the Research, Development, Test and Engineering Support Center (RSC). EDIS will sustain all "MMSOC instances" in a manner consistent with the MMSOC Life Cycle Support Plan (LCSP). A "MMSOC instance" is a single, complete suite of hardware and software installed at a specific site location. EDIS will sustain one or more instances of MMSOC at each of the following locations: Kirtland AFB, NM; Schriever AFB, CO; Buckley AFB, CO. Sustainment at additional sites is possible. SOC SUBMISSION INSTRUCTIONS FOR EDIS PROGRAM REQUIREMENTS: SMC/ADG requests interested sources who can meet the EDIS program requirements respond to this synopsis as follows: a. For companies that responded to the 5 Feb 15 SSS, please provide an update of the information submitted based on the outline below. b. For companies which did not respond to the 5 Feb 15 SSS, please provide a full SOC (in accordance with the instructions provided in the 5 Feb 15 SSS) and include the information requested below. Page limit for those who did not respond to the 5 Feb 15 SSS will be the sum of the pages allowed for the 5 Feb 15 SOC and the 10 pages allowed for this update. Please describe the following in the SOC: Part I: Company Overview/Introduction Part II: Previous and/or current experience integrating systems into satellite ground system architectures o Describe the scope of these efforts in terms of systems and dollars o Include experience sustaining these systems Part III: Experience working with major weapon systems Part IV: Experience with MMSOC baseline systems (Goddard Mission Services Evolution Center (GMSEC) Application Programming Interface (API)/System Architecture, Simulation Open Framework Architecture (SOFA), Open Architecture, etc.) B. MOBILE RANGE FLIGHT (MRF) REQUIREMENTS: The Mobile Range Flight (MRF) is a part of the program description outlined in the original SSS and described in the EDS Follow-On Industry Days briefing. The MRF mission capabilities include: o Full range of TT&C capabilities o Mission planning: orbit determination, antenna scheduling, and command plan generation o Ground equipment configuration and control o Booster data relay o Real-time satellite commanding and anomaly response o Telemetry processing, analysis, and display o Mission and satellite bus data archiving and distribution o Access to AFSCN and ADG organic antennas o Flexible and reconfigurable capabilities to meet unique user requirements o Support of monthly satellite contacts and up to four spacecraft launches per year, some of which may be OCONUS. The MRF contractor will support the MRF by planning satellite and launch vehicle contacts, planning deployments, packaging and shipping equipment through both commercial and military channels, sustaining equipment at the Kirtland location and, remotely, to deployed locations, and supporting the Government's acquisition of equipment for the MRF. Note. The MRF contractor will not provide any engineering, development, and integration support for the MRF ground systems and equipment. That support will be provided by the EDIS contractor. SOC SUBMISSION INSTRUCTIONS FOR MRF PROGRAM REQUIREMENTS SMC/ADG requests that interested sources who can meet the MRF program requirements respond to this synopsis by providing a written SOC following the outline of information requested below. Part I: Executive Summary o Company's capabilities that apply to MRF support o Work performed under contracts with requirements similar to the MRF program o Capability to transition this type of work from an incumbent, preferably using current or recent contracts as examples o Experience as a prime contractor on a similar contract o Interest in prime or sub opportunities o Primary risks and cost drivers associated with this effort and why Part II: Engineering o Experience and roles played in engineering antenna systems o Types and complexity of engineering solutions using COTS/NDI components Part III: Sustainment o Experience and roles played in the sustainment of MRF systems functions defined in the Industry Days briefing Part IV: Management o Experience and roles played in the management of activities supporting ground systems functions defined in the draft Industry Days briefing o Ability to manage resources (personnel and material) in response to frequent changes in cost and schedule o Ability to work in a classified environment and obtain security clearances at various levels o Ability to recruit, hire, train, and retain personnel in the Albuquerque, NM area II. REQUEST FOR INDUSTRY FEEDBACK The Government also requests industry comments in the two areas outlined below. The information provided will not be part of the request for SOCs but will be used in further defining the evolving EDIS acquisition strategy. Questions to consider are provided in each topic area. A. ENGINEERING, DEVELOPMENT, INTEGRATION AND SUSTAINMENT (EDIS) PROGRAM REQUIREMENTS o What are the meaningful differences (risks) between supporting major satellite weapon systems versus R&D satellite systems (e.g. cybersecurity)? o What are the inherent risks associated with integrating MUS and Apps not developed by the EDIS contractor? o What are the advantages or disadvantages on the Government's intent to apply MOSA standards as defined in DoDD 5000.02 and DoDI 5000.01 to the design of MMSOC? o SMC/ADG envisions leveraging the Weapons Systems Sustainment (WSS) program and operational unit sustainment contracts to perform a subset of sustainment as early as the FY2019 time frame. What would be the preferred contract structure to support the transition of MMSOC into the WSS environment? Information should include any contract clauses that might be required. o What Organizational Conflict of Interest (OCI) mitigations would enable the EDIS contractor to develop MUS and Apps? o Share any examples of Associate Contractor Agreement (ACA) templates and attributes which will enable integration. o What do you believe are the appropriate contract type(s) for this effort (Cost vs Fixed type; C-type vs IDIQ)? B. MISSION UNIQUE SOFTWARE (MUS) AND APPLICATION (APPS) DEVELOPMENT REQUIREMENTS o Are there existing Government contracts with scope that could be used to develop MUS and/or Apps for AFSPC or R&D satellite systems? Include contract number, period of performance, government agency, and contract POC name/phone number. o What are the risks associated with using current government contracts and not seeking a dedicated (either Multiple award or single award) SMC/AD MUS/App development contract? III. GENERAL INFORMATION AND SUBMITTAL INSTRUCTIONS Submit only unclassified information. All information should be non-proprietary if possible. If proprietary information is deemed essential, all proprietary information must be clearly marked and associated restrictions on Government use identified. Note: Both government and contractor personnel will be used for SOC evaluation. If proprietary information is deemed essential, Non-Disclosure Agreements will be executed. Please limit your updated EDIS SOC and the MRF SOC to 10 pages each; provide one hard copy and one soft copy (in PDF) written in MS Word format, with Arial font size no less than 11pt, and margins no less than 1 inch. There is no page limit on the requests for feedback, but the same font and margin restrictions apply. Submit all responses to this synopsis to SMC /ADK, Attn: Ms. Cassandra Way, 3548 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776. In addition, electronic copies shall also be transmitted to Ms. Way at cassandra.way@us.af.mil and to Lt. Rigel Valverde at rigel.valverde.4@us.af.mil. For general contracting information, please contact SMC/ADK, Ms. Cassandra Way at cassandra.way@us.af.mil or 505-853-5417. For technical questions, please contact Mr. Alfonso Gonzalez at alfonso.gonzalez.4@us.af.mil or 505-853-3337. Responses from small businesses (SB) and small disadvantaged businesses (SDB) are highly encouraged. If you are interested only in subcontracting possibilities, please indicate this clearly in your submission. Firms responding should indicate if they are a large business, small business, an 8(a) firm, a historically black college or university, or a minority institution. Foreign firms are advised that they will not be allowed to participate in this acquisition. The government reserves the right to set this acquisition, or portions thereof, aside for small businesses, 8(a) firms, historically black colleges or universities, and minority institutions. NAICS 541712, size standard 1,000 employees applies for this proposed acquisition. All respondents shall include company size status under North American Industry Classification System (NAICS) code 541712 Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology). The research and test data produced under a resultant contract may contain Militarily Critical Technology List (MCTL) information whose export is restricted by the Export Control Act (Title 22, U.S. Sec 2751, et seq) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq). Only those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. Request certification and registration from the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49106-3412 as soon as possible. This notice is for planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement. The information provided may or may not result in further action. Any information submitted by respondents to this synopsis is strictly voluntary. The Government does not intend to award a contract on the basis of this information or otherwise pay for the information requested except as an allowable cost under an existing contract if so identified and in accordance with FAR 31.205-18, Bid and Proposal Costs. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought Synopsis, or any follow-up information. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels during the proposal development phase of this acquisition. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Potential offerors should communicate first with the Contracting Officer to request information, pose questions, and voice concerns before contacting the Ombudsman. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact: Center/MAJCOM Ombudsman Ms. Olalani Kamakau 483 North Aviation Boulevard El Segundo, CA 90245 (310) 653-1185
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-16-R-0023/listing.html)
 
Place of Performance
Address: 3548 Aberdeen Ave, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03993434-W 20160117/160115233804-cb5840ddd615913d6d3c3031a113ed7c (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.