Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2017 FBO #5700
SOURCES SOUGHT

D -- Global Positioning System (GPS) Engineering, Analysis & Remote Site Sustainment (GEARSS) II

Notice Date
6/30/2017
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Space Command, Space and Missile Systems Center-SMC/PKL, 1050 E. Stewart Avenue, Peterson AFB,, Colorado, 80914-2902, United States
 
ZIP Code
80914-2902
 
Solicitation Number
FA8823-17-R-0007
 
Archive Date
8/5/2017
 
Point of Contact
Stephanie M. VanDine, Phone: 7195562086, Bryttanie Colletta, Phone: 719-556-6224
 
E-Mail Address
stephanie.vandine@us.af.mil, bryttanie.colletta.2@us.af.mil
(stephanie.vandine@us.af.mil, bryttanie.colletta.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This Sources Sought notice is for the Government to determine interested offerors to compete for the acquisition of the GEARSS II contract. The Government intends to award a competitive, total small business set-aside and is contemplating a firm-fixed price (FFP) contract type. The Space and Missile Systems Center (SMC) GPS Directorate (SMC/GP) intends to award the GEARSS II contract from 1 January 2019 through 31 December 2023, with a possible six month extension of services through 30 June 2024. The scope of this effort includes technician support at GPS Control Segment remote sites at Kwajalein (KWAJ), Ascension Island (ASCN), Diego Garcia (DIEGO), Colorado Springs Monitor Station (COSPM) and Cape Canaveral FL (CAPE). The scope also includes Network Administrator Operators (NAO) and operations support at the GPS Master and Alternate Control Stations at Schriever AFB CO and Vandenberg AFB CA respectively. These requirements are currently accomplished on contract FA8823-16-C-0001 which ends on 31 December 2018. Additionally, scope will include Defensive Cyberspace Operations (DCO) and Contractor (KTR) Telemetry, Tracking & Commanding (TT&C) requirements. The DCO requirements are currently accomplished on contract FA8823-17-F-0005 which ends on 2 February 2021. The KTR TT&C requirements are currently conducted by military crew members and will be converted to contractor operations per direction of Air Force Space Command (AFSPC). NOTE: The implementation date of the DCO and KTR TT&C requirements are not known at this time for the GEARSS II contract effort. The following are basic GEARSS II tasks: 1) Perform Remote Site maintenance and operations support per maintenance TOs for ASCN, KWAJ, DIEGO, COSPM and CAPE, to include but not limited to, providing maintenance manning on-site for a minimum of 8 hours per day, five days per week. 2) Provide mission essential Network Administration Officer (NAO) support to include, but not limited to: trained NAO personnel; performing NAO crew member duties and responsibilities 24/7 in accordance with technical orders; and maintaining required NAO proficiency. 3) Provide operations support and engineering and analysis technical expertise for daily ground system, on-orbit and launch activities, crew proficiency and system simulation for a minimum of 12 hours per day, five days per week (0600-1800, Monday-Friday) with 24 hour on-call support. 4) Provide mission essential Defensive Cyberspace Operations (DCO) support to include, but not limited to: trained DCO personnel; performing DCO crew member duties and responsibilities 24/7 in accordance with Government provided processes and procedures; performing DCO data analysis and trend correlation; and maintaining required DCO proficiency and certification. 5) Provide mission essential KTR TT&C support to include, but not limited to: trained KTR TT&C personnel; performing KTR TT&C crew member duties and responsibilities 24/7 in accordance with technical orders; and maintaining required KTR TT&C proficiency. 6) The necessary program management, supplier/subcontract management, and contracts and pricing for the GEARSS II contract. Interested parties must be able, and prepared, to begin these mission critical tasks at all remote sites (ASCN, KWAJ, DIEGO, COSPM and CAPE) and operational locations (MCS and AMCS) on 1 January 2019. Responses from small businesses are highly encouraged. The NAICS code applicable to this Sources Sought posting is NAICS 517919 ($32.5M), All Other Telecommunications. If interested parties believe this NAICS code is incorrect for this effort, please provide recommendations for other potential NAICS codes in your response. Responsible sources may submit a Statement of Capability (SOC) which shall be considered by the Government. The date of response to this synopsis for GEARSS II is fifteen (15) calendar days after the date of publication of this synopsis and must conform to 8.5 x 11-inch pages, font no smaller than 12-point, 1" margins and a maximum of five (5) pages. The SOC must include the following information: 1) Company name, mailing address, CAGE code, DUNS number, points of contact, and telephone numbers; 2) Business size classification (large or small); 3) Description of experience, if any, in commercial or non-commercial Control Segment sustainment; 4) Description of ability to satisfy the Government's performance requirements described above. SOC must be completely unclassified. Persons/entities debarred and/or suspended will not be considered, therefore are not requested to respond. An Ombudswoman has been appointed to address concerns of offerors or potential offerors. The Ombudswoman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudswoman shall maintain strict confidentiality as to the source of concern. The Ombudswoman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudswoman, but rather to the Contracting points of contact identified above. The Ombudswoman is Ms. Olalani Kamakau, (310) 653‐1185, olalani.kamakau@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCLGK/FA8823-17-R-0007/listing.html)
 
Place of Performance
Address: Primary place of performance is Schriever Air Force Base, CO. Other place of performance includes Vandenberg Air Force Base, CA; Colorado Springs, CO; Cape Canaveral Air Force Station, FL with maintenance activities performed at the remote sites of Ascension Island, Diego Garcia, and Kwajalein., United States
 
Record
SN04565547-W 20170702/170630235358-331e5d9e737db67f24171a2757f38130 (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.