Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOURCES SOUGHT

A -- Signal Processing Sources Sought

Notice Date
5/11/2006
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 483 North Aviation Blvd, El Segundo, CA, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
LAAFBSBASynopsisCoordination41
 
Response Due
5/23/2006
 
Archive Date
6/7/2006
 
Description
FedBizOpps Announcement 1. TYPE OF ACTION: R Sources-Sought Synopsis 2. CLASSIFICATION CODE: A Research & Development 3. TITLE: Signal Processing Sources Sought 4. RESPONSE DATE: 23 May 2006 5. PRIMARY POCs: Capt Cliff Bermodes, clifford.bermodes@losangeles.af.mil, Phone (310) 416-1634 6. SECONDARY POCs: Lt Gordon Kordyak, gordon.kordyak@losangeles.af.mil, Phone (310) 535-2626; Maj Cliff Rudder, clifford.rudder@losangeles.af.mil, Phone (310) 416-1698 7. REFERENCE NUMBER: Los Angeles AFB, CA Small Business Office # 41 8. SOLICITATION NUMBER/CONTRACT AWARD NUMBER: N/A 9. AWARD AMOUNT: N/A 10. CONTRACTOR: N/A 11. AWARDED CLIN #: N/A 12. DESCRIPTION: This is a request from the Space and Missile Systems Center (SMC) Space Superiority Systems Wing (SY) for Statements of Capability (SOCs) from industry to identify companies who are interested and qualified to participate in a late FY06 Research and Development contract to procure a Counter Communications System (CCS) signal processing capability enhancement, the ?Counter Space Pod (CSP).? The intent is to release a cost type contract for the operational procurement of four CSPs. The Government will pursue a Pre KDP-C development effort with the intent of procuring a commercial off the shelf (COTS) based, state of the art, hardware and software solution that is capable of hosting previously developed and validated mission area capabilities. The contractor will be expected to provide the 1st unit, to include logistics documentation, ready for developmental test to the government within a very short design period of approximately 12 months. The Government intends to award this development effort to 1 contractor. A Request for Proposal (RFP) for this effort is tentatively scheduled to be released on or around 26 June 2006. Small business is encouraged to participate. The applicable NAICS code for this sources-sought synopsis is 335999 with a size standard of 500 employees. All interested parties must be cleared to handle government information and equipment up to, and including, Top Secret ? SCI/SAR and have personnel with current TS/SSBIs as well as a Top Secret ? SCI accredited SCIF to build and test this effort in. All interested parties are requested to submit a written SOC no later than 3:00 p.m. PDT, 23 May 2006. All responders must indicate whether they are a large or small business. An Industry Day is scheduled to be held on or about 14 June 2006. Interested parties, meeting security requirements, will be invited to attend the Industry Days to discuss requirements and contract strategy. All contractors will be limited initially to 4-6 persons, one of whom has to be a security professional. Each contractor will submit a SF86 for each person along with proof of a current TS/SCI access. SCI obtained via other agencies will be accepted. If a contractor has personnel currently accessed to an Air Force SAP and the TS/SSBI is current, then a blank Personnel Access Request (PAR) will suffice. Contractors who wish to participate must contact Mr. Gerald Crafton, GG13, via email at gerald.crafton@losangeles.af.mil or at (310) 416-1591 to determine facility requirements and processes to obtain certification/accreditation of facilities and networks. Each contractor desiring to participate in the industry day is reminded of the urgency regarding submission of personnel access information. Persons not approved for access by 24 May will not be authorized to attend. CSP BACKGROUND: Capability enhancements are being developed for CCS in the offensive counter space (OCS) mission area. The CCS CSP enhancement will have the primary priority of delivering a ?state of the art? hardware and software signal processing solution to integrate into the CCS system. The CCS CSP enhancement will have the secondary priority of incorporating a hardware design/architecture that is scalable and flexible to facilitate the addition of greater CSP capability. The government intends to operationally deliver the CSP in second quarter FY08, thus, leveraging information gained from past technology efforts and from other applicable mission areas will be looked upon favorably. Please ensure that the following format requirements are met: Microsoft Word file format 10 pages maximum (8.5?x11?) 1-page security management appendix 10-point typeface minimum (single-spaced) 1? margin minimum (top, bottom, left, and right) Nested spreadsheets, images, tables, etc are permitted, but must still comply with minimum type and margin requirements. All respondents must supply the following: Company name, address, CAGE code, point of contact (POC) for information, size of business, US or foreign owned. Additionally, respondents shall address the following: 1. Demonstrate an understanding of, and provide a technical description for, the contractor?s experience and knowledge in the arena of signal processing with regards to the Air Force Space Command space control mission area. 2. Discuss prior experience serving in a prime contractor role (responsible for acquisition, system integration and test, etc.) on programs of similar scope/size of the CSP and demonstrate contractor ability to utilize previously developed hardware and software designs to deliver this product. Include corporate best practices and lessons learned that were derived from each experience. Please provide a brief description of the program to include program names, contract values ($M), and periods of performance. 3. Discuss any prior experience you and your team-members have with advanced ground systems (acquisition, integration, deployment, data dissemination, and operational support) that is applicable to past and present Offensive Counter Space (OCS) systems. As in Item 2 above, please provide a brief description of the program to include program names, contract values ($M), and periods of performance. Address the following corporate core competencies related to these experiences (as applicable) and how they will help meet CSP program objectives: a. Program Management b. Contract/Subcontract Management c. Systems Engineering (CAIV Analysis, Requirements Allocation) d. Signal Processing Technologies e. OCS mission area capabilities f. System/Component Integration & Test g. Deployment, Operations, and Sustainment 4. Provide the following information in a one page security annex: a. Defense Security Service (DSS) facility clearance and safeguarding levels. b. NISP, SAP/SAR, and SCI security management experience. c. Facility space (sq ft) that is currently SCIF accredited and/or meets DCID 6/9 standards, that can be readily accredited at the SAP/SCI level to accomplish CSP objectives during all phases of the program. d. Plan for providing adequate SCIF space to accomplish CSP objectives during all phases of the program. Attn: Cliff Bermodes, 335 E. Orbital Loop, Los Angeles AFB, CA 90245 and received within eleven (11) calendar days from the date of publication. No contract award will be made on the basis of offers or proposals received in response to this notice. 13. PLACE OF PERFORMANCE: N/A
 
Place of Performance
Address: 335 E. Orbital Loop, Los Angeles AFB, CA
Zip Code: 90245
Country: United States
 
Record
SN01046374-W 20060513/060511220828 (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.