SOLICITATION NOTICE
J -- Launch and Test Range System (LTRS) sustainment, logistics, depot level maintenance, and options for LTRS product modifications, including modifications engineering, integration, and test, for both the Eastern Range (ER) and Western Range (WR)
- Notice Date
- 2/2/2009
- Notice Type
- Cancellation
- 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
- LRRG_LISC_FEB09
- Point of Contact
- Senah N. Williams,, Phone: (310) 653-2487, Michael M. Talbott,, Phone: 3106531518
- E-Mail Address
-
senah.williams@losangeles.af.mil, michael.talbott@losangeles.af.mil
- Small Business Set-Aside
- N/A
- Description
- I. Description / Purpose: 1. The Space and Missile Systems Center (SMC), Launch and Range Systems Wing (LRSW), Los Angeles Air Force Base, California is contemplating the feasibility of acquiring a long-term, follow-on contract to the existing Spacelift Range System Contract (SLRS), which ends 31 October 2010. In addition to providing Launch and Test Range System (LTRS) sustainment, logistics, depot level maintenance, and options for LTRS product modifications, including modifications engineering, integration, and test, for both the Eastern Range (ER) and Western Range (WR), the Government intends to consolidate the above SLRS follow-on LTRS effort with the effort of the two existing ER & WR support contracts for operations, scheduling, base support services, maintenance, downrange base operating support services, and other support (Eastern Range Technical Services (ERTS) & Western Range Operation Communications and Information Contracts (WROCI)), thereby combining the above scope into a single "Launch and Test Range System (LTRS) Integrated Support Contract (LISC)" to meet the HQ AFSPC vision of improving LTRS efficiency and effectiveness. The proposed LISC effort is scheduled to commence in August 2010 and is envisioned to have a total budget of approximately $2-3 billion+ over 10 years. LRSW requests interested, qualified sources to respond to this RFI with a White Paper as detailed below. 2. The LTRS consists of the ER, headquartered at Patrick AFB in Florida, and the WR, headquartered at Vandenberg Air Force Base in California. The LTRS is comprised of a network of equipment within 12 different subsystems which must function in concert to fulfill mission requirements. These 12 subsystems are: Command Destruct, Communications, Data Handling, Safety, Optics, Planning & Scheduling, Radar, Surveillance, Timing & Sequencing, Telemetry, Weather, and Modeling and Simulation. 3. Please be advised this is a request for information only, and does not obligate the Government to reimburse any cost associated with preparation and/or submission of this information. Nor does the RFI guarantee the Government will issue your company a Request for Proposal (RFP) or award a contract for supplies or services. Instructions for submittals are provided below. The Government may use information submitted by respondents to this RFI to help assess the feasibility of a LISC acquisition and to assist in developing effective industry incentives for a LISC acquisition strategy. A subsequent LISC RFI #2 is envisioned to further understand industry capabilities and enhance the contemplated LISC acquisition strategy. 4. The contemplated LISC would provide the Government with a single prime contractor responsible and accountable for complete and integrated LTRS operations, scheduling, organizational level maintenance, depot level maintenance (consistent with USAF & AFSPC 2-level maintenance policies), sustainment, logistics, base support services, downrange base operating support services, and optional LTRS modifications at both ER & WR. It is envisioned that the LISC would improve efficiencies and reduce Operating and Maintenance (O&M) costs, leveraging the advantages of a single responsible contractor approach to LTRS (ER & WR) support and management, e.g., seamless, problem-free transitions of products (including training, certifications, and associated technical data) from modifications phase to operational acceptance. Public safety, mission success, assured access to space as well as improving operational and test support is of prime interest to the Government. Following OSD & AFSPC guidance, the LISC shall implement Performance Based Logistics for Space (PBL-S) and contract incentives that: 1) ensure rigorous and objective LTRS reliability, maintainability, and availability (RMA) data preparation, measurements, and collection, and 2) ensure ER & WR are "green" (operational) throughout each "launch and test campaign" at the lowest price to Government. Moreover, the LISC requires a contract incentive structure that is immediately responsive to LTRS dynamics, such as LTRS assets decommissions, relocations, and additions. II. White Paper Content: Interested industry respondents are requested to provide a White Paper that includes answers/information with regards to the following questions/requests: 1. Maintaining a 24/7 operational LTRS a. Present an approach to maximize range flexibility in both launch and test campaigns at minimum manning. b. Present a proposed skill set required to achieve optimum LTRS flexibility. c. Present an approach that facilitates common data management tools across the LTRS that results in standard data products and reports for both ER and WR. d. Present an approach to deconflicting multiple range missions that may occur simultaneously. e. Present an approach to implementing Performance-Based Logistics for Space (PBL-S) into LTRS. f. Present a singular management and communication approach that encompasses all LTRS operating/support locations and organizations. 2. LTRS transformation a. Present an approach to effectively decommission LTRS assets while ensuring a 24/7 operational LTRS. b. Provide examples of how your company has managed large-scale transformation on other programs, to include the decommission of assets while maintaining operational capability. 3. LISC implementation a. Present an approach to incentivize successful implementation of PBL-S, objective RMA data collection, and launch and test campaign successes (including simultaneous campaigns at each Range), at lowest price to the Government. b. Present a LISC contract incentive structure that is immediately responsive to LTRS dynamics, such as LTRS assets decommissions, relocations, and additions, over the life of LISC. c. Present suggestions for contract type and CLIN structure. d. Present an approach to potential price incentives. Provide examples where appropriate. e. Identify opportunities for small business participation with your approach. Provide the methodology used to make this determination 4. Identify the top 3 challenges associated with the LISC contract consolidation and present an effective risk mitigation strategy. Provide examples where appropriate. 5. Identify any perceived or actual Organizational Conflict of Interest (OCI) associated with this effort with respect to other current and future LTRS contracts (see also "LTRS SE&I" Solicitation FA8811-09-R-0001). III. Industry Days: An industry day session may be scheduled, based on the results of the RFI. RFI respondents may be invited to participate in supplemental industry day one-on-one discussions with the Government to discuss their White Paper information in greater detail. However, failure to respond to the RFI does not preclude proposal submittal nor industry day participation if a formal acquisition is announced. IV. Small Business Consideration: The Small Business size standard is: 1,000 employees. 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, HUBZone, historically black colleges, and minority institutions. The Small Business point of contact is Mr. Willard Strozier at 310-653-1108. V. White Paper Classification: Respondents shall provide an unclassified, non-proprietary response to this RFI. VI. White Paper Format: Responses shall not exceed fifty (50) pages; the Government will not consider pages in excess of 50 pages. Page size shall be 8.5 x 11; font size shall be 12 pt. The White Paper cover page and table of contents pages will not count against the page limit. The Government may not accept company literature or marketing materials.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e3660393773a3ac4780763509f8000d0&tab=core&_cview=1)
- Place of Performance
- Address: Multiple locations, United States
- Record
- SN01741951-W 20090204/090202214548-53c5618f7b41c78d368b3b9ee02af773 (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 |