Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2010 FBO #3275
SOLICITATION NOTICE

R -- Global Positioning Systems Operations Center II

Notice Date
11/10/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-10-R-8000
 
Point of Contact
Camille Watley, Phone: 7195673450, Kathryn Dillon, Phone: 719-567-3847
 
E-Mail Address
camille.watley@schriever.af.mil, kathryn.dillon@schriever.af.mil
(camille.watley@schriever.af.mil, kathryn.dillon@schriever.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 50th Contracting Squadron at Schriever AFB (SAFB), Colorado, intends to solicit proposals for a service contract to perform professional engineering/communications technical services in support of the Global Positioning Systems Operations Center (GPSOC) of the 2nd Space Operations Squadron (2 SOPS) under Air Force Space Command's 50th Space Wing. The proposed contract will be comprised of a five-month basic contract, three one-year options, and one six-month option scheduled to begin on 25 April 2011. This Firm-Fixed Price contract is 100% set-aside for small business concerns using a Present/Past Performance Price Trade-Off (PPT) source selection method. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541330, Engineering Services. The size standard for NAICS 541330 is $27M. Prospective Contractors must be a Small Business, as verified on Central Contractor Register (CCR) and Online Representations & Certifications Application (ORCA). Please see solicitation # FA2550-10-R-8000, which will be posted on this site approximately 15 business days after this notice. The GPS User Operations concept brings together in one organization all of the expertise; data fusion; analysis and visualization capabilities; security controls; and performance information required to operate, maintain, and employ GPS to produce desired effects across the full spectrum of conflict. Specifically, this concept brings together, under one entity, all of the disparate segments of the GPS operations, analysis, and Navigation Warfare (NAVWAR) capabilities to form a single effects-based center capable of optimally supporting overall national security strategy and full compliance with all national and international civil requirements. The GPSOC is a dynamic organization that must adapt to support new warfighter/civil user needs and new system specifications. The overarching mission of the GPSOC is to operate, maintain, and employ GPS to produce a desired effect in support of military, civil, and allied operations. The contractor must be able to provide sufficient manning to support 24 hour-7 day a week (24/7) operations and to continually operate existing capabilities to ensure optimal delivery of data, products, and services to GPS users. GPSOC requirements includes: (1) Monitoring and collection of GPS satellite Precise Positioning Service (PPS) and Standard Positioning Service (SPS) telemetry data; (2) conduct an analysis of all reported or suspected GPS Anomalies, to include Electro-Magnetic Interference (EMI) or Radio Frequency Interference (RFI); (3) provide authorized agencies with strategic, operational, and tactical level GPS performance predictions to support real-world and exercise operations; (4) be available 24/7 for GPS users to report GPS service problems and provide GPS users technical support to resolve reported problems; (5) supply Global Positioning System Information System (GPSIS) Local Area Network support by maintaining and modifying the web-page to satisfy the information publishing requirements of this contract; and (6) provide a weekly GPS system status summary. A Site Visit is tentatively scheduled to be held at Schriever AFB at 9:00am MST on 14 December 2010. A Secret security clearance will be required for any attendees to the site visit. Each company will be restricted to two attendees. Specific details will be included in Section L of the solicitation, so all interested offerors are advised to review that information when posted to ensure all required notifications are completed in a timely manner. An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program management office or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman can be reached at HQ AFSPC/A7K, 719-554-5250.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/FA2550-10-R-8000/listing.html)
 
Place of Performance
Address: 2 SOPS, 300 O'Malley Ave, Ste 41, Schriever AFB, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN02325491-W 20101112/101110233937-f289ab1399dce56f742489080ff41f96 (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.