SOURCES SOUGHT
D -- Modify AN/UMQ-13 system to accept implement the PC ingest server migration and the X-Band enhancement.
- Notice Date
- 4/25/2008
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- MARKIVB-X-Band
- Point of Contact
- Michael J Kussavage,, Phone: 719-556-2543, Gary Simpson,, Phone: 719-556-2577
- E-Mail Address
-
michael.kussavage@peterson.af.mil, gary.simpson@peterson.af.mil
- Description
- This is a Notice of Proposed Contract Action Sources Sought Synopsis. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1, only one responsible source. There is no solicitation available at this time. Requests for a solicitation will receive no response. This Proposed Contract Action is published to notify potential sources that the Government intends to award a sole source contract modification to the AN/UMQ-13 sustainment contract to implement the PC ingest server migration and the X-Band enhancement. The AN/UMQ-13 is a critical component of the DMSP Joint Meteorological Satellite (METSAT) Imagery and Software (JMIST) architecture. JMIST is the netcentric architecture used by Air Force Weather (AFW) to meet worldwide real-time METSAT requirements. These requirements include USAF 1-1 precedence mission support at the Air Force Weather Agency (AFWA) strategic center, mission support for Operation Iraqi Freedom (OIF) and Operation Enduring Freedom (OEF), civilian and DOD typhoon warning services in the Western Pacific (WestPac) and Indian Ocean, hurricane warnings in the Atlantic and Eastern Pacific, and operational weather forecasts, warnings and advisories for all Army and Air Force missions worldwide. The modifications will be implemented via a phased approach. The first phase is to implement the modifications at the sustainment contractor's facility and at a location in support of CENTCOM activities within one year of contract start. The second phase is to update the other fielded systems as funding becomes available. The contractor shall have the following skills and equipment: 1. An AN/UMQ-13 test suite to perform system testing 2. In-depth knowledge of AN/UMQ-13 software Certification and Accreditation (C&A) process 3. Ability to analyze/assist in expediting the C&A process 4. Detailed understanding of the Satellite Data Acquisition Subsystem (SDAS) AN/UMQ-13 modification which concluded Apr 2007 5. Ability to successfully field the effort's first phase by 31 Jul 2009. 6. Ability to transition support of these modifications to the UN/UMQ-13 sustainment contractor Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract is based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The responses to this synopsis will be used to confirm that this remains a sole source requirement. This notice is not a Request for Proposals (RFP). It is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding a contract modification. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice. Contractors who believe they possess the expertise and experience shall submit technical capabilities in writing to Mr. Gary Simpson, SLG/PKW, 1050 E. Stewart St, Peterson AFB, CO 80914, or electronically to: gary.simpson@peterson.af.mil. The contracting officer for this effort is Richard Cournoyer. Responses must be received not later than COB 12 May 2008. All documentation shall become the property of the Government. Firms responding must indicate the following information: Business size: small business or small disadvantaged business, veteran owned small business or HUB Zone certified, and specify the appropriate NAICS code. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=351942a4e6048b746bc40d2e89be684e&tab=core&_cview=1)
- Place of Performance
- Address: Bldg 1025, 1050 E.Stewart St, Peteron AFB, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN01561505-W 20080427/080425215634-351942a4e6048b746bc40d2e89be684e (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 |