Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2009 FBO #2616
DOCUMENT

18 -- Proposed ORS Rapid Reaction Space Works - Figure 1

Notice Date
1/22/2009
 
Notice Type
Figure 1
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
RFI-ORS-CW-09-0001
 
Point of Contact
Michael Barger,, Phone: 505-853-8353, Mike Barger,, Phone: 505 853-4267
 
E-Mail Address
michael.barger@kirtland.af.mil, michael.barger@kirtland.af.mil
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address SDTW/PK (ATTN: Michael Barger) 3548 Aberdeen Ave SE Kirtland AFB NM 87117 Phone: (505) 853-4267 Email: michael.barger@kirtland.af.mil Description Summary This is not a Solicitation announcement. This is a Request for Information to identify qualified businesses and potential business arrangements for the possible procurement of Systems Engineering and Integration (SE&I), Integrated Logistics Support (ILS), and, Assembly, Integration, and Test (AI&T) services to be located at Kirtland AFB, New Mexico, in support of the Operationally Responsive Space (ORS) Office's proposed ORS Rapid Reaction Space Works (also known as the "Chile Works"). Background Pursuant to Section 913(b) of the John Warner National Defense Authorization Act for Fiscal Year 2007 (Public Law 109-364) and as directed by the Deputy Secretary of Defense (DEPSECDEF) on May 17, 2007, the ORS Office was established under the authority, direction, and control of the DoD Executive Agent for Space (DoD EA for Space). The DOD defined ORS as "Assured space power focused on timely satisfaction of Joint Force Commanders' needs." The ORS Office's mission is to plan and prepare for the rapid development of highly responsive space capabilities which enable delivery of timely warfighting effects and, when directed, develop and support deployment and operations of these capabilities in order to enhance and assure the support to Joint Force Commanders' and other users' needs for on-demand space support, augmentation, and reconstitution. The ORS Office is tasked establish the ability to provide rapid end-to-end capability efforts to meet urgent operational needs of the Joint Force Commanders (JFCs). The ORS Office plans to standup this capability over time with a phased "crawl", "walk", and "run" approach. The responsiveness is defined in terms of Tiers. These tiers, described below, are distinguished by the length of time required to deliver ORS capabilities. Achieving the timelines may not be possible at the outset, but will remain an important goal as the ORS program matures: - Tier 1: EMPLOY: On-demand use of existing deployed assets in applications that may extend or expand their original purpose. The objective of Tier 1 is to deliver these capabilities within minutes to hours. Other elements of the National Security Space (NSS) community have the primary responsibility for identifying and executing Tier 1 initiatives. - Tier 2: DEPLOY: Deploying new or additional capabilities that are "field-ready", that is, already produced. The objective of Tier 2 is to deliver capabilities within days to weeks. - Tier 3: DEVELOP: The rapid development, delivery, and employment of a new capability. The objective of Tier 3 is to deliver capabilities within months and less than one year. The ORS Tier 3 strategy comprises the primary office activity focused on maturing the ORS enabling elements. Anticipated initial mission types include: LEO (Low earth orbit): - Tactical Surveillance - Electro-Optical Visible/Near Infrared Imager (EO/VNIR) - EO/Shortwave-Infrared Imager (EO/SWIR) - Hyperspectral Imager (HSI) - Deep Space Object Search and Track (DS SSA) - Synthetic aperture radar - Space Situational Awareness - Space Protection HEO (Highly elliptical orbit): - Tactical communications - SATCOM - Blue Force Tracking (BFT) - Tactical Surveillance - Kinetic event detection battlespace awareness GEO (Geosynchronous Earth orbit): - Space Situational Awareness - Space Protection REQUIREMENTS DESCRIPTION The purpose of this RFI is to identify possible sources and obtain general research information that may aid the government with potential future acquisitions aimed at supporting the ORS Office's mission. The ORS Rapid Reaction Space Works is initially to be co-located within the existing Satellite Assembly and Test buildings at Kirtland Air Force Base. This Facility is envisioned to execute a significant number of the Tier 2 and 3 demands. The classification of the satellites and data could range from unclassified to classified at the SCI level. The ORS Rapid Reaction Space Works will be tasked to: - Meet urgent operational needs of the JFCs when needed, whether in days, weeks, or months by rapidly executing Tier 2 capabilities that were previously developed and qualified from industry outside of the ORS Rapid Reaction Space Works and executing Tier 3 capabilities that adapt existing Tier 2 inventory to accommodate unanticipated needs. - Chose the relevant mission configuration - Assemble and test satellite vehicle and compatibility with ground systems (from components, modules, or line replaceable units) - Deliver satellite vehicle to launch site and provide technical support at launch site - Deliver ground system control software/database to a satellite operations center - Provide technical support during early on orbit checkout - Maintain proficiency, inventory, and capability to meet the urgent needs - The functions and relations of the ORS community, mission partners, industry, and the ORS Rapid Reaction Space Works are depicted below in figure 1. SEE ATTACHMENT Figure 1. Notional ORS Rapid Reaction Space Works Relationships There are four major phases associated with the ORS Rapid Reaction Space Works. First is the initial establishment of the capability (processes and equipment, procedures, initial inventory); second is establishing routine operations (maintenance, training, process improvement); third is supporting user training/planning functions (wargames, exercises); and fourth is responding to urgent needs. To accomplish this, three major services or functions are occurring within the ORS Rapid Reaction Space Works. The services/functions required are: Systems Engineering and Integration (SE&I). The contractor shall be required to provide the necessary resources to staff, manage, and rapidly execute the following SE&I functions. - Establish the equipment and tool requirements necessary for the rapid assembly, integration and test of ORS satellites and coordinate their procurement. - In coordination with external industry and government, establish the functions, processes, production and test flow for rapid AI&T process that supports the Tier 2 and 3 timelines. - Develop and manage a Mission Assurance Plan that will provide the statistics necessary to manage risk and build confidence in an ORS Rapid Reaction Space Works operation. - Oversee integration of the satellite vehicles. - Provide support to the ORS Office to conduct mission planning and analysis. Provide on-call support to the Launch site. - Provide on-call support to ground systems operations for Launch and Early Operations. - Coordinate and participate in managing external interfaces and standards necessary to provide timely Tier 2 and 3 capabilities. - Provide configuration control and maintenance of the processes, interface control documents, assembly drawings, software, top level satellite vehicle bus and payload details, models, simulation, and databases associated with the ORS Rapid Reaction Space Works. - Provide engineering support for configuration change requests. - Monitor and validate test results. - Improve the processes necessary to decrease the timeline to launch, decrease cost, increase reliability, and/or lower risks. - Support external analysis to manage Tier 3 innovation using Tier 2 assets. - Support ORS Office concepts development and planning to increase mission area capability. - Provide support for Exercises and Wargames. - Support planning, execution and analysis - Script scenarios Integrated Logistics Support (ILS). The contractor shall be required to provide the necessary resources to staff, manage, and rapidly execute the following ILS functions. - Manage and procure long lead parts (major assemblies, modules, and components,) necessary to meet the timeliness associated with Tier 2 and 3 as directed by the government to meet planned test and force structure requirements. - Receive, checkout, and stock parts. - Coordinate shipment of the assembled satellite vehicles. - Host and manage the Technical Data associated with the ORS Rapid Reaction Space Works. - Support data, parts, and system configuration control. - Legacy component conversion to ORS architecture. (e.g. develop software interfaces as necessary such as xTEDS.) - Conduct commonality, supportability analysis and trades to improve timeliness, reduce cost, improve reliability, and/or reduce risks. - Develop, manage and execute training of the ORS Rapid Reaction Space Works functions. - Manage the repair of parts. - Conduct Reliability Growth analysis. - Provide Failure Reporting and Analysis. - Provide support for Exercises and Wargames. - Support planning, execution and analysis - Script scenarios Assembly, Integration, and Test (AI&T). The contractor shall be required to provide the necessary resources to staff and rapidly execute the following AI&T functions. - Install and checkout equipment (e.g. unique handling equipment, additional shock and vibration tables, unique storage capability) necessary to operate the ORS Rapid Reaction Space Works. - Assemble, integrate, and test buses, payloads, satellite vehicles. - Prepare for shipment of the satellite vehicles. - Provide on-site support to the Launch site. - Provide on-call support to ground systems operations for Launch and Early Operations. - Maintain calibration of tools and equipment in the ORS Rapid Reaction Space Works. - Improve the processes necessary to decrease the timeline to launch, decrease cost, increase reliability, and/or lower risks. - Provide feedback on rapid test and assembly - Provide support for Exercises and Wargames. - Support planning, execution and analysis - Script scenarios ADDITIONAL INFORMATION The basic requirement is anticipated to include a sustaining level of effort described in the Requirements Description section to include the ability to surge in response to new capabilities required by the JFCs. The total anticipated program ceiling, including surge and options, is $300M over a 4 year period (Base year and 3 one year options). Interested/qualified respondents who can provide the services, in accordance with the Requirements section above, are invited to submit one Statement of Capability (SOC) covering any or all of the major functional areas described (A.) Systems Engineering and Integration (SE&I), (B.) Integrated Logistics Support (ILS), and/or (C.) Assembly, Integration, and Test (AI&T)) and provide a perspective on business arrangements (e.g. teaming, contract type, business process) that would best fulfill the requirements. The SOC is limited to 8 pages (12 font or larger), single-sided, 8.5 by 11 inch pages and the business perspective is limited to an additional 2 pages. The page limitation does not include the cover or table of contents. Include in the SOC any other specific and pertinent information as it pertains to this effort that would enhance the Government's consideration and evaluation of the information. Respondents must submit: One (1) printed original of the full submittal Two (2) electronic copies of the full submittal in MS-Word on a CD-ROM Each CD-ROM must be clearly labeled with respondent's organization, Division address and submittal title (short title recommended). No submittals will be accepted by E-mail. Unclassified Submittals are required. Administrative (1) Cover sheet must include: - RFI number (RFI-ORS- CW-09-0001) - Contractor reference number - Submittal title - Contractor's name submitting SOC - Technical point of contract to include: last name, first name, street address, city, state, zip code, telephone, fax, (if available), E-mail address - Contracting Office point of contract to include: last name, first name, street address, city, state, zip code, telephone, fax, (if available), E-mail address - CAGE and NAICS codes and cognizant ACO name and phone number - Type of business, selected among the following categories: "LARGE BUSINESS", "SMALL BUSINESS", "SMALL DISADVANTAGED BUSINESS", "8(a)", "OTHER SMALL BUSINESS", "EMERGING SMALL BUSINESS", "VETERAN-OWNED SMALL BUSINESS", "SERVICE-DISABLED VETERAN OWNED", "OTHER VETERAN", "WOMAN-OWNED BUSINESS" - Other team members (if applicable) and type of business for each Foreign-owned firms are advised they will not be allowed to participate at the prime contractor level in any resultant acquisition. It is anticipated that an Industry Day will be held 11 - 12 February 2009, including the opportunity for one-on-one sessions. Details will follow in an amendment to this announcement. All Questions in regards to this notice should be submitted in writing to Michael Barger at the Contracting Office address listed above by close of business Thursday, 5 February 2009. Answers to questions received will be addressed in the General Forum at Industry Day. The operations, research and test data produced under a resultant contract(s) may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act (Title 22, USC, Section 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, USC, App. 40-1, et seq.). Only those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. Request certification and registration from the Defense Logistics Information Service, Federal Center, 74 Washington Ave., North, Battle Creek MI, 49017-3084 as soon as possible. Availability of any formal solicitation will be announced separately. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation, and no solicitation package exists at this time. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the results of the review. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. The Government may use this information to develop and finalize an Acquisition Strategy if a firm requirement is identified and funded. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. REVIEW PROCESS The Government intends to use the following non-governmental, and/or Advisory and Assistance Services - (A&AS) personnel as advisors during the submittal evaluation process: The Aerospace Corporation; MITRE Corporation; MIT Lincoln Laboratory; Tecolote Research, Inc; SPARTA; Modern Technology Solutions, Inc. (MTSI). All documentation received from respondents shall be kept confidential and shall not be disclosed to anyone outside of Official Government channels. Any OCI questions, objections or concerns should be directed to the contracting officer. Submission under this SOC constitutes the respondent's acknowledgment and consent to the use of the above contractors in their contractual and technical support of ORS. The following elements will be used in reviewing all Statements of Capabilities (SOCs) received in response to this RFI: 1. Experience in the past five years in areas relevant to those described in the Requirements section above. Include name of program, contract number, description of product or service, period of performance, customer name and phone number and contract value; 2. Ability to recruit or availability of an adequate number of qualified personnel to locally support the effort with the ability to accommodate significant fluctuations in the magnitude of services based on AF programmatic and monetary variations while mitigating any significant technical and/or cost impact to the Government; and, 3. Ability to work with a broad set of U.S. and international aerospace industry. POINTS OF CONTACT CONTRACTING POINTS OF CONTACT: Contracting Officer: Chris Milburn, SDTW/PK, Kirtland AFB, NM, (505) 846-5083, Email: chris.milburn@kirtland.af.mil Contract Specialist: Mr. Michael Barger, SDTW/PK, TRI, Kirtland AFB, NM, (505) 853-4267, Email: Michael.Barger@kirtland.af.mil TECHNICAL POINTS OF CONTACT Charles Finley, ORS Office, Kirtland AFB, NM, (505) 853-6663, Email: charles.finley@kirtland.af.mil George Moretti, ORS Office, Kirtland AFB, NM, (505) 846-5977, Email: george.moretti@kirtland.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c8576039b8e9a1130c6efa2e240342de&tab=core&_cview=1)
 
Document(s)
Figure 1
 
File Name: Figure 1 (Figure 1.docx)
Link: https://www.fbo.gov//utils/view?id=09cc7e86a84addec653f77a79d0936ae
Bytes: 81.66 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Kirtland AFB NM 87117, United States
Zip Code: 87117
 
Record
SN01736120-W 20090124/090122215405-c8576039b8e9a1130c6efa2e240342de (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.