Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2018 FBO #6095
SOURCES SOUGHT

59 -- EPS-R CAPS

Notice Date
7/30/2018
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
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
FA8808-18-R-0010
 
Archive Date
9/13/2018
 
Point of Contact
Henry Shen, Phone: (310)653-9824, Corey Arruda, Phone: (310)653-9568
 
E-Mail Address
henry.shen.2@us.af.mil, corey.arruda@us.af.mil
(henry.shen.2@us.af.mil, corey.arruda@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Military Satellite Communications (MILSATCOM) Systems Directorate, Space and Missile Systems Center (SMC), Los Angeles Air Force Base, California is seeking a source to modify the Enhanced Polar System (EPS) Control and Planning Segment (CAPS), which enables planning, telemetry and control of secure Extremely High Frequency (EHF) eXtended Data Rate (XDR) communications in the North Polar Region. The Sources Sought is for an urgent MILSATCOM need. EPS payloads are currently hosted on a classified space segment which includes a ground element for space vehicle command and control. The EPS ground segments include a Northern Tier SATCOM Gateway located at Clear AFS, AK that provides DoDIN connectivity via the Camp Roberts Teleport, a payload control and mission planning element located at Schriever AFB, CO, and an out-of-band telemetry and command capability through a controlled interface that will need to be replaced for EPS-R. Because EPS availability is projected to degrade starting in the mid-2020s, a recapitalization is required to bridge the gap between EPS and future SATCOM systems. The US Government is entering into an agreement to host the EPS-R payloads on spacecraft scheduled for launch in FY 2023. The modification of CAPS for EPS-R will be contracted separately from the EPS-R payload effort. All contractor-led system-level integration and on-orbit check-out activities will also be included in the EPS-R CAPS contract. The highest priority for EPS-R is to ensure continuity of EHF XDR service for tactical users in the North Polar Region starting as early as FY 2023. Northrop Grumman Mission Systems is the original developer of the EPS CAPS system. All interested respondents who believe they have the capability to provide a solution that meets this MILSATCOM need shall submit a request to the above Primary Point of Contact for access to this notice's Bidder's Library and its documents. Interested parties must include in the request the following: point of contact name, company name, email address, phone number, size status based on NAICS 517410 ($32.5M), and active CAGE code. The Government will verify the active CAGE code on SAM.gov. To obtain access to the Bidder's Library, interested parties must have an active SAM.gov profile and must be able to access the AMRDEC SAFE Web Application at: https://safe.amrdec.army.mil/safe/Welcome.aspx The Government recommends that interested parties submit their requests for access to the Bidder's Library no later than 7 calendar days after publication of this Sources Sought on FBO. Interested parties may submit their requests after 7 calendar days, but the Government does not intend on extending the response deadline. Responses from small and small disadvantaged businesses are encouraged. All responses should be provided at an unclassified level. If a respondent chooses to provide proprietary information, the respondents should indicate which paragraphs are proprietary if they wish for the responses to be handled as such. Response format instructions (page count, font size, etc.) will be listed in the Bidder's Library. All responses should detail the interested party's ability to produce quality satellite ground control and planning software and system-level integration activities while answering the following questions: 1. Identify your company's preferred approach for modifying the CAPS system to accommodate the two additional EPS-R payloads. What changes will be necessary to the organic software, and what other subsystems can be introduced to replace the current out-of-band path to the hosted payload? 2. Discuss the approach for testing the EPS-R ground system to validate all of its external interfaces 3. Identify the Government Furnished Equipment (GFE) items needed 4. Include a notional schedule including the major milestones with the following assumptions: a. An ATP of 3Q FY 2019 b. Include non-recurring engineering, software development, parts acquisitions, integration and test activities c. Provide other milestones such as PDR, CDR, on orbit checks with the ground system and an initial operational capability projection 5. Discuss any cyber security impacts, such as an impact to the EPS-R CAPS Authorization to Operate (ATO), and how they could be mitigated 6. Respondents may assume the EPS-R CAPS system will be separate from the EPS CAPS system, but may discuss the potential for integrating the two systems to create one combined software baseline 7. The US Government may request factory and laboratory tours to assist in making an informed decision. Respondents should provide factory and software development laboratory location information in the event a tour of the facility is desired. 8. Identify any activities that will be required to allow your company to fully leverage the existing EPS CAPS infrastructure in order to perform this requirement. 9. Identify any risks to the assumed schedule and the efforts required to mitigate them. The Government plans to assess responses based upon evidence of a low-risk, high-confidence path which meets the technical requirements and schedule with minimal duplication of non-recurring-engineering (NRE) costs to the US Government. THIS IS A REQUEST FOR INFORMATION ONLY. This Sources Sought is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This Sources Sought does not commit the U.S. Air Force to contract for any supply or service whatsoever. Furthermore, the U.S. Air Force is not, at this time, seeking proposals. Responders are advised that the U.S. Air Force will not pay for any information or administrative costs incurred in response to this Sources Sought. The Government will not assume liability for costs incurred by any attendee for travel expenses or marketing efforts. All costs associated with responding to this Sources Sought will be solely at the responding party's expense.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8808-18-R-0010/listing.html)
 
Place of Performance
Address: Los Angeles Air Force Base, El Segundo, California, and Schriever Air Force Base, Colorado Springs, Colorado, United States
 
Record
SN05011872-W 20180801/180730230524-914b5e63bb8b6f9f08187fd72f525421 (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.