Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2011 FBO #3338
SOURCES SOUGHT

R -- GPS IIR Sustainment

Notice Date
1/12/2011
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
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
FA8823-11-R-GPSIIR
 
Archive Date
2/11/2011
 
Point of Contact
Ann daCruz, Phone: 7195569475, Amy Titcombe, Phone: 7195560643
 
E-Mail Address
ann.dacruz@peterson.af.mil, amy.titcombe@peterson.af.mil
(ann.dacruz@peterson.af.mil, amy.titcombe@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Global Positioning Systems (GPS) Directorate, GPS IIR/IIR-M Sustainment, (GPS IIR/IIR-M is the Satellite Block Designation), intends to award a sole-source Firm Fixed Price and Cost Plus Fixed Fee type contract with a predefined incentive plan with a base period of one year with four one-year options. The estimated contract award date is 31 October 2011. This action will provide continued specialized engineering support and expertise to replace an expiring GPS IIR support contract. The Government has been contracting with Lockheed Martin Space Systems Company (LMSSC) for sustainment services for the period of 1 July 2010 to 31 October 2011 on a sole source basis because they have been deemed the only qualified contractor (see details below regarding support services, incentives, and data rights restrictions). On-Orbit Operations/Sustainment Support: Support for on-orbit operations will begin at contract award and continue through all option years. Support will include daily operations technical support, on-orbit performance data calculations, evaluation and trending, anomaly resolution, flight software upload support, MIL-STD-1750A spacecraft processor and payload processor ADA (US government registered trademark for the programming language that operates the MIL-STD-1750 microprocessor) software builds/maintenance, operation/maintenance Mission Unique software support tools, engineering liaison support to anomaly resolution and related activities necessary to support orbital operations. The Contractor shall update command plans and the Orbital Operations Handbook (OOH) as satellites age and after resolution of on-orbit anomalies to assure integrity of continuing Satellite Vehicle (SV) operations. The OOH contains the specific configurations of each SV and is used to identify changes performed on each SV. The Contractor shall provide for operating, hardware and software maintenance, and security activities of the IIR/IIR-M support systems; Operational Support System (OSS) at Schriever Air Force Base (AFB), CO, Spacecraft Processor Unit/System Test Equipment (SPU/STE) located at Colorado Springs, CO, and the Modernized Telecommunication Simulator (MTS) located at Cape Canaveral AFS, FL. The Contractor will also provide continuing support to the GPS Operational Control Segment ensuring compatibility with the GPS IIR/IIR-M SVs and ensure continuing Space Segment to Control Segment Interface compliance of the IIR/IIR-M SVs, via review, analysis, implementation, test and documentation review of technical changes and incompatibilities. The Contractor shall also support Space Segment to Control Segment integration for all upgrade activities to either segment and ensure command procedures and databases are maintained to support On-Orbit Operations. The estimated staff-hours for this sustainment function are 70,000 per year. The original Block IIR/IIR-M satellite developer, LMSSC is currently accountable for both negative and positive, performance-based incentives for the on-orbit satellites. On 21 June 1989, the Air Force awarded Contract F04701-89-C-0073 ("GPS IIR contract") to LMSSC. Under that competitively-awarded Fixed Price Incentive Firm Target (FPIF) contract, LMSSC designed, developed, produced, tested and delivered 21 GPS IIR SVs to the GPS Directorate and is currently providing launch support, storage/transportation and on-orbit operations support for those SVs. In addition, terms of that contract include substantial positive and negative on-orbit performance incentives. These incentives are based on 100% availability of both the primary and secondary missions for all satellites. All respondents shall address how the on-orbit performance of these satellites, along with the accountability for all incentives, will be managed to minimize risk to the constellation and ensure no adverse impact to either LMSSC or the Government. There are restrictions to Government rights to technical data and computer software which LMSSC uses for performance of the current contract. Under the IIR contract, the Government acquired "Limited Rights" to the following items of technical data: 1. Tank Vibration Data 2. Core Interface Chip (CIC) 3. Cross Trap Bus Interface (CBI) 4. Memory Error Unit (MEU) 5. GPS IIR Transfer Orbit Passive Nutation Damping Analysis 6. BGSE Hardware Design Information and Documentation and Software Documentation 7. L-Band Antenna Design 8. Waveform Generator Design Under the IIR contract, the Government acquired "Restricted Rights" to the following items of technical data: 1. BGSE Software (All Revisions) 2. DOCMAN 3. MDU Source Code Therefore, all respondents shall address how they will obtain the necessary data rights or how they will perform the required operational support and sustainment tasks listed above without the limited IIR/IIR-M data rights. Of specific importance is the ability to modify flight software for both the SV Bus and Payload processors in order to resolve anomalies or provide enhanced on-orbit capabilities. Additionally, the ability to update telemetry processing software within the GPS IIR OSS needs to be addressed. Interested contractors are invited to submit a Statement of Capability (SOC) addressing their ability to satisfy the above requirements to SMC SL/PK, Attn: Ann daCruz at ann.dacruz@peterson.af.mil, or Amy Titcombe at amy.titcombe@peterson.af.mil, located at 1050 E. Stewart Avenue, Bldg 2025, Peterson AFB, CO 80914. Any information submitted in response to this synopsis is strictly voluntary. The capabilities statement should address why the company believes that the prior sole source justification is no longer valid. All responses are due no later than close of business, 27 January 2011 and must conform to 8.5 x 11-inch pages, font no smaller than 12-point, 1" margins and a maximum of 20 pages. The SOC must include the following information: 1) Company name, mailing address, points of contact, and telephone numbers; 2) Business size classification (large, small, or other); 3) Description of in-depth experience in GPS Satellites; 4) Description of ability to satisfy the Government's performance requirements described above. SOC must be completely unclassified. All responsible sources may submit a SOC. Persons/entities debarred and/or suspended will not be considered, therefore are not requested to respond. Responses from small business and small, disadvantaged business firms are highly encouraged. The NAICS code applicable to this Sources Sought posting is NAICS 517919, All Other Telecommunications: This U.S. industry comprises establishments primarily engaged in providing specialized telecommunications services, such as satellite tracking, communications telemetry, and radar station operation. This industry also includes establishments primarily engaged in providing satellite terminal stations and associated facilities connected with one or more terrestrial systems and capable of transmitting telecommunications to, and receiving telecommunications from, satellite systems. Establishments providing Internet services or voice over Internet protocol (VoIP) services via client-supplied telecommunications connections are also included in this industry; size standard $25M. A technical evaluation team will review each SOC individually to determine if the firm is capable of performing the required tasks. The technical evaluation team is very knowledgeable in the Sustainment and Operations of the IIR satellite constellation and has been supporting the IIR satellite constellation for 7+ years. The SOCs will be evaluated fairly and with consistency. The Government will review SOCs to determine recency and relevancy on past experience in providing Sustainment and Operations support for GPS Satellite Programs. Recency is considered to be the same or similar work within the past 3 years; relevancy is considered to be work within the field described above. The Government may confirm quality of past performance. While specific IIR experience is not required, it is highly desired, and all respondents must demonstrate recent GPS expertise. All data received in response to this synopsis that is marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Government Contract support may be utilized to review any documents submitted in response to this action. Nondisclosure agreements have been signed by Government Contract Support personnel and filed with the Government. The Government will not reimburse any cost associated with submitting information in response to this RFI, nor shall any costs be allowed on any Government contract. Mr. James Gill, USAF AFSPC SMC/PK, is the Ombudsman and has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director 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 the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call him at (310) 653-1789.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823-11-R-GPSIIR/listing.html)
 
Place of Performance
Address: Schriever Air Force Base, CO; Colorado Springs, CO; Cape Canaveral Air Force Station, FL, United States
 
Record
SN02358780-W 20110114/110112234011-8db61e10453e000e074fe59bee1ef9cf (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.