Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2005 FBO #1172
SOLICITATION NOTICE

18 -- Non-Recurring Engineering and Production of 15 Global Positioning System (GPS) Block IIF Satellite Vehicles (SV)

Notice Date
2/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
Reference-Number-GPS-BkIIF-SV:14
 
Response Due
2/23/2005
 
Archive Date
3/10/2005
 
Description
The contractor will provide the satellites and associated services described above in accordance with sections 3 and 4 of SS-SYS-600 Rev. C, dated 10 September 2004. GPS is a navigational radio positioning, time transfer, and Nuclear Detonation (NUDET) Detection System. The radio positioning and time transfer system provides a signal environment, which enables GPS users to precisely determine three-dimensional position, velocity, and system time. The NUDET Detection System (NDS) provides the capability of near real time detection location, identification and characterization of worldwide nuclear events. The GPS Space Segment consists of the GPS satellite constellation with its associated ground equipment, flight support equipment, computer programs, and SV to Launch Vehicle (LV) interface equipment. The Space Segment provides the following capabilities in support of the GPS mission: L-Band Signal-In-Space (SIS) capability, a UHF signal for crosslink transmission, and a S-Band uplink/downlink interface to the control segment. The operational constellation includes Blocks II, IIA, IIR, IIR-M and IIF satellite constellations. The IIF Space Segment has responsibility for the space-based portions of the Navigation and NDS missions, for the crosslink operations, and for GPS IIF Autonav performance. Individual satellites are equipped with government furnished payloads and associated downlinks to support the NDS mission. The Block IIF System is interoperable with the NDS, existing Block IIA/IIR/IIR-M satellites, the Control Segment (CS) (including planned upgrades), and the user equipment segment. GFE and facilities will be provided for the Control Segment. The US Air Force intends to purchase non recurring engineering for production of satellites with options to purchase up to 15, Global Positioning Systems (GPS) Space Vehicles (SV) with identical capabilities of the IIF satellite, and associated services and Long Lead-time Items. The Air Force will only procure enough additional IIF-like SVs to sustain the GPS constellation until the first GPS III SV with new capabilities can provide for constellation sustainment. The anticipated first SV delivery is November 2010 to support a launch date of April 2011, with delivery of subsequent SVs nominally every four months thereafter. The Government has been contracting with The Boeing Company, 5301 Bolsa Avenue, Huntington Beach, CA 92647 for the development and production of 12 GPS IIF SVs. Any persons or companies interested in this notice are to respond to the requirements and submit a Statement of Capabilities (SOC) in writing to the Government that include the following information: 1) Company name, mailing address, points of contact and telephone numbers, 2) business size classification, Large, Small, or Other, 3) experience in GPS Satellites or similar technologies, 4) ability to satisfy the government's performance and schedule requirements described above, and 5) the facilities to work at the appropriate security level (SAP). SOCs shall be submitted to SMC/GPK (ATTN: Donna Kimball), 2435 Vela Way, Suite 1866, El Segundo, CA 90245-4659. Oral communications are not acceptable. SOCs shall be submitted by e-mail in MS Word 98 or higher format or PDF format. Proprietary information must be expressly identified in the SOC. SOCs are due 23 Feb 05. Any information submitted in response to this synopsis is strictly voluntary. This synopsis does not constitute a Request for Proposals (RFP) or an Invitation for Bids (IFB), nor does its issuance restrict the Government to any particular acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information submitted by interested parties in response to this notice.
 
Place of Performance
Address: Contractor's facility.
 
Record
SN00747468-W 20050210/050208212049 (fbodaily.com)
 
Source
FedBizOpps.gov 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.