SOURCES SOUGHT
D -- Network and Space Operations & Maintenance (NSOM), Sources Sought Synopsis
- Notice Date
- 10/12/2005
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, CO, 80912-2116
- ZIP Code
- 80912-2116
- Solicitation Number
- Reference-Number-NSOM-Notice-2
- Response Due
- 10/26/2005
- Description
- Network and Space Operations & Maintenance (NSOM) Sources Sought Synopsis. This sources sought synopsis is being published for market research purposes only, to identify potential sources capable of providing network and space operations and maintenance services to the Air Force Space Command?s (AFSPC) 50th Space Wing (50 SW). The results of market research will assist the Government in making a determination regarding whether to set aside any resulting procurement for small businesses. This is only a Sources Sought Synopsis and is not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government?s use of such information. The information obtained from industry?s response to this notice may be used in the development of an acquisition strategy and future RFP. Description. The 50th Space Wing is seeking qualified contractors to provide Network and Space Operations & Maintenance support to include operations, maintenance and logistics support of the following: Defense Satellite Communications System (DSCS) earth terminals; MILSTAR earth terminals and mobile terminal; Data Link Terminals (DLT); Air Force Satellite Control Network (AFSCN) Remote Tracking Stations (RTS); Global Positioning System (GPS) Ground Antennas, Monitor Stations and the Master Control Station (MCS); secure communications; security control; mission computer operations; regression testing; simulators and trainers; mission communication segment; job control; Space Operations Center in-room support; database development; small computer training and maintenance; Electronic Scheduling Dissemination (ESD); Orbital Analysis System (OAS); AFSCN Link Protection System (ALPS); Communications Configuration Management System (CCMS); Legacy Accuracy Improvement Initiative (LAII); all requirements (not otherwise covered through host base tenant agreements) associated with supporting the GSUs; operations schoolhouse training; and new mission systems and/or concepts to include: Launch and Early Orbit Anomaly Resolution and Disposal Operations (LADO), Multi Mission Space Operations Center (MMSOC), Defensive Counter Space (DCS), Architecture Evolution Plan (AEP), Advanced Extremely High Frequency (AEHF), OAS/Follow-On (OAS/FO), Wide-band Gapfiller Satellite (WGS), Alternate Master Control Station (AMCS), and any additional future 50 SW in-scope mission system requirements. Support is required at the following 50 SW sites/locations: 1) Ascension Island, British Atlantic Ocean Territory 2) Gaithersburg, Maryland 3) Cape Canaveral, Florida 4) Diego Garcia, British Indian Ocean Territory 5) Guam 6) Kaena Point, Hawaii 7) Kwajalein Atoll, Marshall Islands 8) New Boston Air Force Station, New Hampshire 9) Onizuka Air Force Station, California 10) Schriever Air Force Base, Colorado 11) Royal Air Force (RAF) Oakhanger, United Kingdom 12) Thule Air Base, Greenland 13) Vandenberg Air Force Base, California. Contract Type/Period of Performance. The Government is contemplating a Cost Plus Award Fee/Incentive Fee contract with a base performance period of one year and four one-year options for this effort. Set-Aside Status. The North American Industry Classification System (NAICS) code for this requirement is 517410 (Satellite Telecommunications), with a size standard in millions of dollars of $12.5. All large business, small business, veteran-owned small business, service-disabled veteran-owned small business, certified HUBZone small business, small disadvantaged business, certified 8(a) small disadvantaged business, or women-owned small business concerns; or Historically Black Colleges and Universities and Minority Institutions (HBCU/MI) or Tribal Universities are encouraged to respond. Responses to this synopsis will be used for a market survey analysis to determine if the contemplated acquisition will be conducted under full and open competition, or as a set-aside under a small business set-aside or 8(a) procedures. Respondents shall indicate whether they qualify under NAICS Code 517410 with a size standard of $12.5 million dollars as a small business. Statement of Capability. Interested parties are requested to submit a statement of capability outlining past work that is related to the requirements listed in this synopsis. The statement of capability shall provide a brief introduction into the company and include a description of relevant contract experience offered to the Government and to commercial customers. Along with a description of relevant contract experience, include a reference to the contract number, magnitude, and place of performance. Submitted information shall be UNCLASSIFIED. Respondents should be aware that the majority of resources must be employed within a restricted area and within numerous classified processing facilities. Areas of Qualifications/Capabilities. Statements of Capabilities will be reviewed by government evaluators for the following subject areas: 1) Relevance of current and past contract performance to synopsis requirements; 2) Magnitude of projects referenced in past performance, and ability to support multiple sites/locations; 3) Number of employees and ability to size up or down; 4) Ability to obtain employees with a variety of government security clearances. Additional Information. Again, any information submitted by respondents to this synopsis is strictly voluntary. The company?s standard format is acceptable; however, please limit responses to no more than 10 single-sided pages. The Government will not pay for any information submitted by respondents to this Sources Sought request. Contractors who believe they possess the desired expertise and experience should submit a Statement of Capability containing the above-referenced information to Patricia Hales, 50 CONS/LGCZW, 210 Falcon Parkway, Suite 2116, Schriever AFB, Colorado, 80912-2116 or via email to patricia.hales@schriever.af.mil. Responses must be received no later than 4:00 p.m. mountain daylight time 26 Oct 05. All documentation shall become the property of the Government. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to no more than 2 Megbytes in size and only non-executable attachments such as .doc or .pdf files) as well as any other appropriate network security measures. It is the submitter?s responsibility to verify the package was delivered or e-file was received and can be viewed. Pursuant to AFFARS 5301.91, Ombudsman Program and AFFARS 5352.201-9101, Ombudsman, an Ombudsman will be officially appointed from the office of AFSPC/MSK located at Peterson Air Force Base, Colorado. The name and title of this individual will be posted upon appointment. All respondents must address each of the areas of qualifications/capabilities.
- Place of Performance
- Address: Various; please reference description
- Record
- SN00914589-W 20051014/051012212418 (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 |