SOURCES SOUGHT
R -- Sources Sought for SBIRS Contractor Logistics Support
- Notice Date
- 11/29/2017
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- 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
- Ref-18-019
- Archive Date
- 12/29/2017
- Point of Contact
- Brent Jorgensen, , Tena Cessna,
- E-Mail Address
-
brent.jorgensen.1@us.af.mil, tena.cessna@us.af.mil
(brent.jorgensen.1@us.af.mil, tena.cessna@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: The United States Air Force (USAF) Space Based Infrared System (SBIRS) program anticipates a need to issue a new contract for SBIRS ground and space systems sustainment, and system operations support. These services are currently provided on the Space and Missile Systems Center (SMC) contract number FA8810-13-C-0002 ("the CLS Contract"), with a period of performance for these services ending on 30 September 2019. Background : The original SBIRS Single Acquisition and Management Plan (SAMP), dated 6 February 1995, approved a strategy to award pre-Engineering & Manufacturing Development (EMD) phase contracts to two contractors with a down-select to a single contractor for the EMD phase. Deliverables for the EMD phase included Geosynchronous Earth Orbit (GEO) satellites, Highly Elliptical Orbit (HEO) infrared sensors, and the associated fixed and mobile ground segments. The SAMP further specified the selected Prime Development Contractor would have Total System Performance Responsibility (TSPR) for the SBIRS system. On 8 November 1996, the Government selected Lockheed Martin Space Systems Company (LMSSC) in a competitive down-select to complete the SBIRS EMD phase and awarded P00009 to reflect the down-select in the existing pre-EMD phase contract (F04701-95-C-0017). Contractor Logistics Services (CLS-including SBIRS and legacy ground sustainment and systems operations support), as well as space systems sustainment ("Factory Support"), were included in the scope of work. The contract further required the Contractor to provide sustainment depot facilities. In FY13, the program office elected to transfer the CLS support tasks from the EMD contract to a separate contract. In FY15, the program office further elected to transfer "Factory Support" on-orbit spacecraft sustainment services from the EMD contract to the CLS Contract. As a result, Contract Number FA8810-13-C-0002 ("the CLS Contract") was awarded to provide those services through the end of FY16. In FY16, the contract was extended through the end of FY19 as a sole source action with only one responsible source. Award of the separate CLS contract to provide these services was considered administrative in nature with the authority to contract still covered by the EMD acquisition strategy. The EMD acquisition strategy and the decision to award the CLS contract envisioned the SBIRS development contractor providing CLS services under the CLS contract through completion of the development activities. As of now, those development activities, including final delivery and stabilization of all fixed and mobile ground systems, have not been fully accomplished. Currently the government does not possess a Technical Data Package, therefore any statements of capability submitted must identify how the contractor would perform the services without access to the technical data. Description of Services: (1) The new contract will provide the following Operation and Mission Crew Support: (a) 24 hours-a-day, 7 days-a-week (24x7) operations crew support to work with military crew force counterparts to accomplish SBIRS missions utilizing residual DSP spacecraft and sensors, HEO payloads, and GEO spacecraft and sensors. (b) Ground Systems Engineering (GSE) to interface with AF and CLS personnel to ensure proper operation of SBIRS software and resolution of problems and deficiencies 24x7. The Contractor shall report, track, and document problems, monitor progress of unresolved problems, and present updates of system status to both crew and CLS personnel (c) 24x7 Satellite Systems Engineering (SSE) support for the operation of the SBIRS, to include assisting the Air Force Operational Crews in SBIRS satellite system scheduled and unscheduled commanding, monitoring health and status, planning and scheduling constellation and ground systems activities. Responsibilities shall include State of Health (SOH), Flight Operations Support, and Vehicle Operations Engineering support, and Satellite Systems Engineering support. (d) 24x7 Mission Payload Engineering (MPE) support to the AF operators with monitoring of sensor payload health and status, and support scheduled and unscheduled sensor commanding. In addition to sensor support the MPEs will provide mission processing assessment, real time, and post event support of all SBIRS missions. (e) Hardware (HW) maintenance to work in conjunction with the Systems Crew Chief ( SCCH), Ground Systems Operator (GSO), and shift Commander to ensure reliable, redundant paths of data collection and communications to allow for continued processing of the operational SBIRS and Ground Communication Network Modernization (GCNM) primary MDC. Hardware maintenance shall provide real-time 24x7 support for operational and supplementary computer and communication equipment at operational sites. (f) 24x7 on-site monitoring, scheduling, troubleshooting, administration, and maintenance for the Operations Migration Capability ( OMC) at the MCS/MCS2, and monitoring at other locations. (2) The new contract will provide the following Organizational Maintenance (level 1) and Depot Maintenance (level 2) Support: (a) Level 1 represents those hardware, software, and field maintenance and support functions that are performed at each operational site location outside of the 24/7 operations support function. Support shall include emergency and unscheduled support to maintain required system availability and reliability levels for the operational fixed and mobile SBIRS systems. (b) Level 2 support provides those engineering, hardware, software, logistics and factory support functions necessary to support the operational sites, to include ground and mobile system depots, test labs, GCNM, on-orbit SBIRS HEO/GEO sensors and GEO space vehicles. (c) Mobile Ground Terminal (MGT) and operationally accepted SMGT system engineering support and test analysis support at the Main Operating Base (MOB), and software support for the Maintenance and Operations Support Suite (MOSS) (d) System Administrators (SAs) to maintain operations of multi-user computer systems, including network administration within the scope of the site's connectivity network. The SA office is responsible for monitoring and correcting system performance issues, backing up and restoring files, maintaining software licenses, and assisting the ISSM/ISSO in building system and user accounts. (e) Technical expertise and Level 1 support for AFSCN administration. The Contractor shall support AFSCN administration functions to include launch preparation, track Mission Impact Reports (MIR), maintain AFSCN ground configurations, and coordinate AFSCN ground system changes. (f) Management and technical leadership, CLS, hardware, software, integration, logistical, and systems engineering support to operational sites. The Contractor shall provide hardware and software support and updates to resolve identified problems, maintain performance, and evolve the system consistent with changes in the operational mission. (g) Item management and logistics support to include sustaining engineering support for equipment repair and replacement parts for hardware support. Hardware depot support includes Preventive Maintenance & Inspections (PMI), Hardware Engineering, Failure Analysis, Vanishing Vendor/Obsolescence, Vendor Monitoring, Replacement and Service Life Extension Engineering, Reliability, Maintainability, and Dependability (RMD) Analysis, Spares Analysis, Spares Replenishment, Inventory Control, Shipping and Supply Chain Management, Quality Assurance, Emergency and Unscheduled Depot Level Maintenance Actions (EDLM/UDLM), and Configuration Management. (h) Depot hardware engineering support in the resolution of customer identified problems. The Contractor shall manage case resolution to include, schedule tasks, milestone commitments, high level design, detail design, procurement process, drawing updates, lab build-up and test, installation and checkout plan, and fielding activities. The hardware engineer shall develop presentations used to brief customers, management, and required boards. (3) The new contract will provide the following 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 Integrated Tactical Warning and Attack Assessment (ITWAA) configuration control processes. The on-orbit sustainment support includes; (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; and Support at various government sites. (4) The new contract will provide the following MGS support: (a) Support weapon system technical baseline management processes (b) Provide level 2 software maintenance (c) Provide all Commercial Off The Shelf (COTS) SW licenses (d) Provide all COTS HW maintenance agreements (e) Support capability upgrades and integration (ie Future Comm System (FCS), etc) (5) The new contract will provide the following Sustainment Studies and Sustainment Modifications: (a) Sustainment ground and space (spacecraft and payload) studies as directed by the Contracting Officer. These studies may be directed in response to deficiencies, failures, or evolving requirements, changes in external user data needs or interfaces, or changes in technology. (b) Sustainment ground and space (spacecraft and payload) modifications/software upgrades to implement system or facility modifications, changes to operational procedures or system configurations in response to deficiencies, failures, evolving requirements, changes in external user data needs or interfaces, or changing technology as directed by the Contracting Officer. Schedule: It is anticipated that a Request for Proposal (RFP) will be released in the third quarter of FY18 with a period of performance beginning in the first quarter FY 20. Statements of Capability: Interested parties who believe they have the capability to perform as a prime contractor in support of this effort are invited to submit an unclassified Statement of Capabilities (SOC), which must include the following information: Personnel/Size Standard, Company Name, Mailing Address, Point of Contact and Telephone Numbers, Business Size Classification, Large, Small or Other, experience and specific work previously performed within the past 10 years that is relevant to this effort. The SOC must clearly: (1) demonstrate the contractor's proven system knowledge and capability to perform the listed requirements; (2) explain how the contractor would perform the services as a prime contractor without access to the technical data; and (3) explain how past performance is relevant to this effort. The SOC may also include inputs on potential enablers or impediments to competition and small business goals or opportunities. An Organizational Conflict of Interest (OCI) Mitigation Plan submission is not required, but contractors should identify if they have any potential OCIs. The small business size standard for this requirement is NAICS 541330 (Size Standard $38.5M). The Statement of Capabilities (SOC) must conform to 8.5 X 11-inch pages, with font no smaller than 12-point, not exceed twenty one-sided pages, use one inch margins, and must be submitted by 14 December 2017, 4:00pm Mountain Standard Time. Submit an electronic pdf or word copy of the SOC to Brent Jorgensen at brent.jorgensen.1@us.af.mil. The government will use the SOC to determine if there is sufficient interest and ability in the marketplace from qualified sources. Qualified small and small disadvantaged businesses are encouraged to respond. This announcement is for information and planning purposes only. It does not constitute a Request for Proposal 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. Verbal responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/Ref-18-019/listing.html)
- Place of Performance
- Address: Peterson AFB, CO, Buckley AFB, CO, Schriever AFB, CO, Los Angeles AFB, CA, and several classified OCONUS sites., United States
- Record
- SN04751036-W 20171201/171129230741-febc0d8841bdc3630daa943b5b5ac4ae (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 |