SPECIAL NOTICE
15 -- GPS III Follow-on Phase 2 Production
- Notice Date
- 4/19/2017
- 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
- 17-038
- Archive Date
- 5/22/2017
- Point of Contact
- Roy Lee, Phone: 310-653-3212, Jacqueline Nguyen, Phone: 310-653-3145
- E-Mail Address
-
roy.lee.11@us.af.mil, jacqueline.nguyen@us.af.mil
(roy.lee.11@us.af.mil, jacqueline.nguyen@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Background The Government is implementing a two-phased acquisition approach to procure the next block of GPS III Space Vehicles (SVs). On 03 July 2015, USD(AT&L) approved the GPS III SV11+ Phase 1 Production Readiness Feasibility Assessment Amendment to the GPS III Acquisition Strategy Document (ASD). In May 2016, the Government awarded three Firm Fixed Price (FFP) contracts for Phase 1 via a full and open competition. Phase 1 has determined that viable, low-risk, high-confidence sources exist to conduct a full and open competition for Phase 2, the production of up to 22 GPS III SVs starting in the FY18 timeframe. Phase 1 performance and findings have informed the Government's Phase 2 acquisition strategy; however, participation in Phase 1 is not a prerequisite to participation in Phase 2. Purpose The purpose of this Announcement is to notify interested Industry sources about a GPS III Follow-on Phase 2 Industry Day on Thursday, 4 May 2017 where the Government will: (1) communicate the initial acquisition strategy currently under Government review, and (2) receive feedback from industry on key areas of interest to help inform the Request for Proposal (RFP). Supporting draft documentation will be made available prior to Industry Day and will be located in the Bidders Library (USG points of contact for location and access instructions also provided in this announcement). Full details related to Industry Day are included below. Discussion Phase 2 will be a single Fixed Price-type contract awarded via full and open competition for production of up to 22 GPS III SVs. The Phase 2 RFP release is currently planned for later this calendar year with subsequent Phase 2 award planned for late 2018 to enable delivery of the first SV in 2025. Please note that Phase 2 acquisition strategy details are included in this document for reference and market research. Industry Day The Government is hosting an Industry Day for GPS III Follow-On Phase 2 Production on Thursday, 4 May 2017, from 0900 to 1200 PDT, followed by one-on-one sessions. The Industry Day will be in the TASC Inc. facility located at 200 North Sepulveda Blvd, Ste El Segundo, CA 90245. The bidder's library is anticipated to include, but not be limited to, preliminary drafts of documents and outlines of approaches the Government is contemplating regarding the following areas of a solicitation: Statement of Work; Section L instructions; Section M criteria; Work Breakdown Structure; Government Furnished Equipment; Program Operating Plan; CLIN Structure; Integrated Master Plan; Contract Data Requirements Lists; Compliance Documents; and Data Rights approach. The Government is soliciting feedback from industry regarding these subjects in order to ensure a viable approach is reflected in the draft RFP to be released later in FY17. 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, The Aerospace Corporation, TASC, Tecolote Research Inc, Figueroa & Associates, Lokahi, and Canyon Consulting contractors will be present during Industry Day and one-on-one sessions. Please contact the Government points of contact below to express any concerns with these contractors. The GPS III Follow-On Phase 2 Production 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 subjects that may impact intellectual property provisions or rights, 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 Lt Ryan "Wes" Williams at ryan.williams.59@us.af.mil and Mr. Steven Schmidt-Lackner at steven.schmidt-lackner@us.af.mil no later than 1700 PDT on Wednesday, 26 April 2017. Attendance at Industry Day and any discussions or release of information is strictly voluntary. Small businesses are encouraged to attend to interact with potential prime contractors. Due to physical security limitations, Foreign Nationals and electronic devices are not permitted at the Industry Day or one-on-one discussion location. The Government will not distribute any other Industry Day material. Information regarding the location and access to the bidder's library will be provided to interested and eligible industry participants by Mr. Steve Schmidt-Lackner or Lt. Ryan "Wes" Williams upon receipt of the above requested information. 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, Mr. Roy Lee, SMC/GPK, (310) 653-3212, 483 N. Aviation Blvd, Los Angeles AFB, CA 90245.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/17-038/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN04477459-W 20170421/170419234535-f2b19b4849ed2fc51d182b14fc157eea (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 |