SOURCES SOUGHT
18 -- The Space Based Infrared Systems (SBIRS) GEO 5 & 6.
- Notice Date
- 12/18/2008
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- 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
- SFPGEO5AND6STARRPROD
- Response Due
- 2/2/2009
- Archive Date
- 2/17/2009
- Point of Contact
- David Starr,, Phone: (310) 653-4335, Victor Vizcarra,, Phone: (310) 653-4419
- E-Mail Address
-
david.starr@losangeles.af.mil, victor.vizcarra@losangeles.af.mil
- Small Business Set-Aside
- N/A
- Description
- The Space Based Infrared Systems (SBIRS) program office intends to issue a Request for Proposal (RFP) for the production of 2 additional SBIRS Geosynchronous Earth Orbit (GEO) satellites (GEO 5 & 6). GEO 5 & 6 are anticipated to be derivatives of the existing designs developed under the SBIRS Engineering and Manufacturing Development Contract with minimal modifications. The SBIRS program office anticipates releasing the RFP in early Fiscal Year 2010 with a contract award in early Fiscal Year 2011. No firm decisions have been made to fund GEO 5&6 at this time. The program office has been directed to add undefinitized, Not-To-Exceed options to the current SBIRS contract which procured GEO 3 & 4. The planned contract type will be Fixed Price. The current SBIRS contractor is Lockheed Martin Space Systems Company (LMSSC), Sunnyvale, CA. It is anticipated that this effort will be awarded to LMSSC as a sole source award. The government's acquisition strategy is to build nearly identical replicas of the GEO 3 & 4 units. However, the government recognizes minor design changes will be required to accommodate parts and material obsolescence and new government-directed design changes. GEO 5 & 6 are intended to continue deployment of the full SBIRS High constellation. The new GEO satellites must integrate with the existing ground operations and maintenance support infrastructure with minimal changes. Interested parties who believe they have the capability to perform as a prime contractor in support of this production effort and deliver a fully integrated system solution may submit a Statement of Capability (SOC), which must include 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 work performed which is 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 (Number of employees) for this requirement is 1,000 under NAICS Code 336414. If you are interested only in subcontracting opportunities please indicate this fact clearly in your submission. The SOC shall not exceed ten 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. The cover letter must contain an Executive Summary. All responses must be signed, scanned, and submitted by e-mail to the POCs listed below in MS Word or PDF format.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=29e76e5a1c69e0ca66025276d943d7f9&tab=core&_cview=1)
- Place of Performance
- Address: TBD, United States
- Record
- SN01721266-W 20081220/081218215509-29e76e5a1c69e0ca66025276d943d7f9 (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 |