SOURCES SOUGHT
J -- MILSATCOM Systems' Engineering, Integration and Architecture (MSSEIA) Contract
- Notice Date
- 1/5/2007
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, Space and Missile Systems Center-SMC/LGK, 1050 E. Stewart Avenue, Peterson AFB,, CO, 80914-2902, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 07-16
- Response Due
- 1/22/2007
- Archive Date
- 2/6/2007
- Description
- SMC SLG/PKM, located at Peterson AFB, CO, is contemplating awarding a systems engineering support contract in support of Air Force Space Command?s MILSATCOM Systems Wing Operations and Supportability, Logistics Program Office (MCSW/OSL), Peterson AFB CO. This contract will provide engineering support services in the areas of MILSATCOM systems? security architecture, systems? and security engineering and integration, Communications Security (COMSEC)/Transmission Security (TRANSEC) key-material and equipment requirement analyses, systems? interoperability specifications, systems? test requirements, systems? information technology assessments, systems? security and architectural design, and technical and sustainment support activities for the various MILSATCOM system?s segments and elements. MCSW/OSL internally and externally managed systems include current operational MILSATCOM systems, follow-on MILSATCOM systems transitioning from acquisition to sustainment, and various system support programs and necessary resident support equipment. Resident support equipment includes, but is not limited to MCSW/OSL test environments which are used to meet system test and integration objectives. While performing contract tasks, the contractor will identify any changes to the systems? operational availability, maintainability, and reliability. Place of performance is at the contractors facility and the Centralized Integration Support Facility (CISF), Peterson AFB, Colorado. Specifically, the contractor will perform MILSATCOM systems? problem report investigation, systems? level technical engineering evaluations and assessments, feasibility studies, trade-off analyses, systems? integration and interface support, and system security architectural design studies necessary to support MCSW/OSL systems? sustainment activities and resolve any problem areas. In addition, the contractor will develop systems? test and evaluation plans and provide necessary systems? testing support. The contractor shall maintain Key Management Support and Key Validation Plans. Expert MILSATCOM systems? engineering, systems? architecture, and systems? security architecture knowledge is required to perform the contract activities. In addition, all contractor personnel must have current security clearances at the TOP SECRET level. Interested parties must submit an unclassified Statement of Capability (SOC) within 10 days of this announcement demonstrating the following: MILSATCOM systems? security architecture knowledge, MILSATCOM cryptographic key-material and equipment requirements, MILSATCOM systems? operations knowledge, plus skilled, trained, experienced personnel in current possession of Top Secret security clearances. The SOC shall not exceed 10 one-sided pages in length. Response must be submitted by e-mail in electronic form in MS Word 98 or higher or, PDF Format. All responses must conform to 8.5 by 11 inch pages, with font no smaller than 12 point. The basic period of performance is for 5 years with estimated award in spring 2007. The projected Request for Proposal (RFP) release date for this effort is January 2007. Currently the incumbent is Science Applications International Corporation (SAIC), 360 Command View Colorado Springs, CO 80915. This synopsis is for information and planning purposes only; it does not constitute a RFP. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any cost associated with the submission of an SOC. Responses from small business and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. The applicable North American Industry Classification System (NAICS) code is 541330 ($4.5M). Submit all responses to synopsis to: SMC SLG/PKM, Attn: Victor Wells, 1050 E Stewart Ave, Peterson AFB, CO 80914-2902 (e-mail: Victor.wells@peterson.af.mil). An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is Mr John Wagner, SMC/DS, (310) 336-2138.
- Place of Performance
- Address: Centralized Integration Support Facility (CISF), 1050 Stewart Ave, Peterson AFB, Colorado
- Zip Code: 80914
- Country: UNITED STATES
- Zip Code: 80914
- Record
- SN01206005-W 20070107/070105221126 (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 |