SOURCES SOUGHT
18 -- SMC, Los Angeles AFB, Space Based Infrared Systems (SBIRS) program office sources sought for the production of 3 additional SBIRS Geosynchronous Earth Orbit (GEO) satellites (GEO 5, 6 & 7).
- Notice Date
- 9/14/2010
- 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
- GEO5_6_7_Sources_Sought
- Archive Date
- 10/30/2010
- Point of Contact
- Victor Vizcarra, Phone: 310.653.4419, Tyler Goulding, Phone: 310.653.4570
- E-Mail Address
-
victor.vizcarra@losangeles.af.mil, tyler.goulding@losangeles.af.mil
(victor.vizcarra@losangeles.af.mil, tyler.goulding@losangeles.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this synopsis is to conduct market research to identify other potential sources that may meet the Government's requirements. The Space Based Infrared Systems (SBIRS) program office intends to issue a Request for Proposal (RFP) for the production of 3 additional SBIRS Geosynchronous Earth Orbit (GEO) satellites (GEO 5, 6 & 7). GEO 5, 6, & 7 are anticipated to be derivatives of the existing SBIRS GEO designs developed under the SBIRS Follow-on Production contract with minimal modifications. The SBIRS program office anticipates releasing the RFP in the first quarter of Fiscal Year 2011 with a contract award in late Fiscal Year 2011. No firm decisions have been made to authorize production or fund GEO 5, 6, & 7 at this time. The planned contract type for the majority of the effort is Fixed Price Incentive Firm Target. The current SBIRS contractor is Lockheed Martin Space Systems Company (LMSSC), Sunnyvale, CA. Therefore, the anticipated technical data packages for this effort will be limited. The Government's acquisition strategy is to build derivatives of the GEO 4 unit. However, the government recognizes minor design changes will be required to accommodate parts and material obsolescence. Currently the Government doesn't anticipate any design changes; however, if directed, the Government may request minor modifications to implement crypto modernization, GPS-M code and Dual S-Band capabilities, as well as other deemed applicable enhancements. GEO 5, 6 & 7 are intended to provide replenishment satellites within the Overhead Persistent Infrared mission constellation. The derivative satellites must integrate with the existing ground operations and maintenance support infrastructure. Minimal ground segment changes will be allowed only when required to accommodate satellite configuration 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 and must be submitted no later than 30 days after posting of this notice. Also required with the submission of the SOC is the submission of responses to the attached Market Research Questionnaire. 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 requested 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. An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. The appointed Ombudsman for this acquisition is Mr. James H. Gill; he can be reached at extension (310) 653-1789 or by email james.gill@losangeles.af.mil. Attachment: Market Research Questionnaire: 1. Considering the entire effort, what percentage of the work will be performed using in-house capabilities? 2. Provide a list of the general function that will be performed using in-house capability. Provide the applicable NAICS code for each general function. 3. Considering the entire effort, what percentage of the work will be performed using subcontractor capabilities? 4. Provide a list of the general functions that will be performed using subcontractor capability. Provide the applicable NAICS code for each general function. 5. Considering the work to be subcontracted, what percentage of the work will be subcontracted with large business? Provide the applicable NAICS code for each general function. 6. Considering the work to be subcontracted, what percentage of the work will be subcontracted with small business? Provide the applicable NAICS code for each general function. 7. Considering the work to be subcontracted to large business, describe the impediments that prevent these functions being subcontracted with small businesses. What can be done to overcome these impediments? 8. How many FTE(s) (full time equivalent heads) are associated with the work projected to be subcontracted? What are the security clearance requirements (i.e. what percentage must have a TS/SC)? 9. Provide a preliminary Work Breakdown Structure to at least Level 3 detailing what will be performed using in-house capabilities versus that which will be subcontracted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/GEO5_6_7_Sources_Sought/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02280461-W 20100916/100914235233-3db4454f6e15d106afd5da7e22e601ae (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 |