Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOURCES SOUGHT

18 -- Defense Support Program on-Orbit Support and Sustainment Contract

Notice Date
9/20/2006
 
Notice Type
Sources Sought
 
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, 483 North Aviation Blvd, El Segundo, CA, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
Reference-Number-72-06
 
Response Due
11/14/2006
 
Archive Date
11/14/2006
 
Description
The US Air Force Defense Support Program (DSP) intends to issue a follow-on contract to the current DSP Post Production Services Contracts (PPSCs) to provide factory and operations site(s) support and sustainment to the on-orbit DSP satellite constellation (current and projected). The new contract, the DSP On-Orbit Support and Sustainment Contract (DOSSC), is currently envisioned by the government to be awarded as a single contract. It is anticipated that a Request for Proposal (RFP) will be released in the 2nd quarter FY07 with a period of performance beginning in FY08 with one basic year and four (4) one-year options. Contract award is projected for the 4th quarter FY07. The DSP mission uses highly technical non-imaging infrared and other sensors to detect ballistic missile launches, space launches, endoatmospheric and exoatmospheric nuclear detonations, and reports them to US and allied forces and assets deployed worldwide through the Integrated Tactical Warning and Assessment (ITWAA) configuration control processes. The DOSSC will require the following support: (1) Technical support to operational missile warning on-orbit constellation satellites, trending analysis, performance and data archive, as well as the training of new personnel; (2) Spaced based non-imaging infrared mission performance assessment for real-time mission support and infrared event data analysis; (3) Operational satellite and payload anomaly support to include root cause determination and implementation of corrective actions; (4) Contractor facility supporting on-orbit operations (either from the factory or at the ops site) must be Defense Security Service (DSS) certified and capable of processing classified information as required by the DSP constellation. The contractor retains responsibility for recapitalization and/or replacement of any hardware/equipment obsolescence throughout the duration of the contract; (5) Program support includes management of contractor team and contract/business operations segment to track financial issues and deliverables; (6) Capability to develop software tools and implement command plans; and (7) Support at various government sites. In addition, the government may seek to continue efforts currently on the PPSCs as follows: (1) rapid prototyping of data processing enhancements that maximize the utility of DSP data and maintain mission capability of aging assets; and (2) mission processor initiatives. Interested parties must possess knowledgeable and capable individuals with the proper security clearances who can provide real time assistance/guidance to government satellite operators at the Mission Control Station and any backup site supporting operations. It is anticipated that this contract will be awarded to the Northrop Grumman Corporation on a sole source basis; however, other vendors are invited to participate if a comparable level of performance is available. Interested parties who believe they have the capability to perform as a prime contractor in support of this effort must submit a Statement of Technical Capabilities (SOC), which includes the following information: Personnel/Size Standard ? Company Name, Mailing Address, Point of Contact and Telephone Numbers, Business Size Classification, Large, Small, or Other, and experience-specific work previously performed or being performed relevant to this follow-on effort. Small Business companies with the capability to perform this requirement are encouraged to participate. The small business size standard for this requirement is NAICS 541710, with Note # 11, (Size Standard 1,000). If you are interested only in subcontracting opportunities please indicate clearly in your submission. The SOC shall not exceed twenty pages. The government will use this SOC to determine if there is sufficient interest in the marketplace from qualified sources to attempt full and open competition. This announcement is for information and planning purposes only. It does not constitute a Request for Proposal and is not to be construed as a commitment by the government. The Government will not pay any costs associated with the submittal of information solicited herein. The SOC and all related communications that contain proprietary information should be marked as such. Verbal responses will not be accepted.
 
Record
SN01149498-W 20060922/060920220811 (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.