SOURCES SOUGHT
99 -- Contractor Support Services for Space Vehicles - Amended
- Notice Date
- 9/11/2020 11:32:26 AM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- GSA FAS AAS REGION 7 FORT WORTH TX 76102 USA
- ZIP Code
- 76102
- Solicitation Number
- ID07200058
- Response Due
- 9/18/2020 10:00:00 AM
- Archive Date
- 09/19/2020
- Point of Contact
- Jamela Jarrell, Phone: 8178508276
- E-Mail Address
-
Jamela.Jarrell@gsa.gov
(Jamela.Jarrell@gsa.gov)
- Description
- This is a request for information/market research to provide data for planning purposes ONLY.� This sources sought synopsis DOES NOT constitute a request for proposal, request for quote, invitation for bid, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach.� The Government is not obligated to and WILL NOT pay for information received as a result of this announcement. It is the Government�s intent to gain knowledge of interest, capabilities and/or qualifications for a subsequent task order award in accordance with the ordering procedures of the GSA Schedule Program: OASIS UR and SB Pool 4. This notice is intended to compile a list of Contractors (both large and small) interested in receiving a copy of the formal RFQ. Please see draft Work Statement below for requirement details.� GSA plans to issue a solicitation resulting in a task order award to provide Contractor Support Services for the Air Force Research Laboratory's Space Vehicles Directorate (AFRL/RVSW). �The objective of the subsequent task order is to provide Contractor Support Services for scientific and engineering skillset positions that will accelerate the Government�s capability to provide candidate space technologies, flight experiments and operations concepts pathways for further refinement, obtain information and provide recommendations for the purpose of on-orbit demonstration and/or technology transition to the warfighter. The primary purpose of this performance based task order is to provide Contractor Support Services for AFRL/RVSW to study, analyze, obtain information and provide recommendations for technologies to advance knowledge and resources in achieving AFRL/RVSW�s mission requirements defined herein. The related areas of interest include testbeds, ground-support systems, spacecraft, payload integration, subsystem/component design, and analyses throughout obtaining information and provide recommendations to the system engineering process, design optimization and review, testing and evaluation, deployment of experimental and proto-operational assets and transition. Also, technical efforts may be required in the area of information systems in order to fully integrate and execute spacecraft, ground, experiment integration, test and mission development. The Contractor�s Support Services are expected to include, but are not limited to: o��������� Obtaining information of interest on space systems; o��������� Analyzing, understanding and fusing this information; o��������� Defining, recommending, analyzing and understanding phenomenology-based interactions at the component, sub-system and system levels; o��������� Defining and development of functional and geometric space system models; o��������� Defining and development of mission utility assessment models; o��������� Defining and development of cost and performance models; o��������� Defining and performing analyses to predict responses to a particular environment or phenomenology; o��������� Defining, developing and executing laboratory and field experiments to validate assessed system responses, to include designing, building, maintaining and operating test beds; o��������� Defining and development of experimental plans, assessment methodologies and other required processes necessary to support ground- and space-based experimentation of satellite technology, payloads and operations; o��������� Defining and development of modeling, simulation, assessment and evaluation tools necessary to support ground- and space-based experimentation of satellite technology, payloads and operations; o��������� Defining and development of means by which spacecraft may monitor, examine, characterize and respond (e.g. through sensor(s) and/or hardware and software hypervisors) to their environment as well as the development of software algorithms and other tools that may (autonomously) assist spacecraft operators in planning and executing mission operations; o��������� Defining and development of hardware designs and required hardware construction to support ground- and space-based experimentation of satellite technology, payloads and operations; and o��������� Documentation of results/processes. There will be at least ten (10) major Labor Categories, that the Contractor is expected to supply personnel to meet the requirements stated above. Examples of the Labor Categories required under the subsequent task order are: Contract Manager Program Manager Architecture Analyst Chief Scientist Computer Security Systems Analyst/Specialist Computer Security Systems Engineer Cost Analyst Data/Configuration Management Specialist Database Manager/Administrator Document Specialist This is just a sample of the Labor Categories required to perform under the subsequent task order for informational purposes. The actual Labor Categories, with position descriptions and qualifications will be provided in the Performance Work Statement distributed with the formal RFQ. The work to be performed under the subsequent task order award will be at the Government workspaces at Kirtland AFB, NM and at Contractor locations.� The Government anticipates award of a hybrid Firm Fixed Price and Time & Material task order for one (1) year base year, with four (4) one-year option periods, for a total contract performance period of sixty (60) months. The estimated cost may exceed $50 million. The formal RFQ will be issued via GSA�s Information Technology Solutions Shop (ITSS) system under the task number listed above after this notice closes. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.� An organization that does NOT hold a current award for OASIS UR and SB Pool 4 should NOT submit a response to this notice. The NAICS code is 541715 with a size standard of size standard of 1,000 employees over the past three years.� Each response shall be reviewed by the Contracting Officer/Specialist for the purpose of determining whether there is a reasonable expectation of obtaining a sufficient number of offers that are competitive in terms of market prices, quality, and delivery.� All information furnished to the Government in response to this notice will be used for review purposes only. Please state whether your company is a Joint Venture or Teaming Arrangement and provide a copy of the written agreement. Please note:� Prime contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database at www.sam.gov. All respondents are reminded that at least fifty (-50) percent of the cost of the contract, not including the cost of materials, shall be performed by employees of the prime contractor per FAR clause 52.219-14(c)(1)- Limitations on Sub-contracting, or subsequent clause for your specific socioeconomic category. PLEASE NOTE:� YOUR RESPONSE TO THIS NOTICE DOES NOT CONSTITUTE A QUOTE. This obviously WILL NOT be considered a quote, but will allow your company to be placed on the Contractors� list in ITSS.� Your quote will only be considered once you have proposed to the formal RFQ which will be sent out via GSA�s ITSS system. Your company, your name and the applicable OASIS UR and SB Pool 4 award must be registered in GSA�s system by the posted closing date in order to receive a copy of the formal RFQ documents. To register for ITSS, go to GSA ASSIST Portal page at https://portal.fas.gsa.gov. Select the �REGISTER� menu tab, and select Contractor sub-option. Follow the instructions from there. Please contact the Help Desk at (877) 472-4877 for additional assistance. NOTE TO SMALL BUSINESSES: Small businesses interested in submitting a quote for this potential requirement must submit a Capability Statement, in addition to complying with the above paragraph.� The Capability Statement should include 1) the interested Contractor�s name, address, and phone number, DUNS number and Cage Code; 2) Provide a detailed narrative that demonstrates like and/or very similar scope of work contained in the Work Statement, that has taken place in the past 5 years from the date of release of this sources sought; 3) Provide the contract number, period of performance, dollar value, and contract description/scope explanation. Also indicate whether examples cited were performed as the prime or subcontractor (or teaming partner).�� This capability statement shall be no more than one (1) page, single spaced in 11 pt. Times New Roman font.� Failure to provide the information as requested by the due date will result in the Government�s continuance of the acquisition planning phase, without giving consideration to the capabilities of the Contractors who do not respond timely. Statement of Capability with past experiences must be submitted electronically no later than 12:00 PM, CST on September 18, 2020.� This market research is for informational and planning purposes only. This is not a solicitation for proposals, quotes, or bids.� Information received as a result of this Sources Sought will be used solely for market research purposes ONLY.� The Government shall use this market research in determining the best method of procurement, which is part of the acquisition planning process. No award will result from the Sources Sought at this time. The Government will not pay for any cost incurred in responding to this announcement. Any information submitted by respondents to this Sources Sought synopsis shall be voluntary. At this time the Government WILL NOT answer any specific questions about this effort. There will be a time to address questions during the solicitation period. Responses must be submitted to this office in writing, by email no later than 12:00 PM CST on September 18, 2020.� Submit response and information via email to jamela.jarrell@gsa.gov.� Facsimile responses will NOT be accepted.� All prospective Contractors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and future solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c43e1ce877af428e9a4543526e8ad77e/view)
- Place of Performance
- Address: Kirtland AFB, NM, USA
- Country: USA
- Record
- SN05795431-F 20200913/200911230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |