Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2011 FBO #3480
SOLICITATION NOTICE

18 -- Long Lead Parts for GPS Block IIIA Space Vehicles (SV) 5 and SV 6

Notice Date
6/3/2011
 
Notice Type
Presolicitation
 
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
11-49
 
Archive Date
7/3/2011
 
Point of Contact
Kimberlene Butler, Phone: 310-653-3914, Elizabeth Chirdon, Phone: 310-653-3397
 
E-Mail Address
Kimberlene.Butler@losangeles.af.mil, Elizabeth.chirdon@los.angeles.af.mil
(Kimberlene.Butler@losangeles.af.mil, Elizabeth.chirdon@los.angeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Air Force, Space and Missile Systems Center (SMC), Global Positioning (GP) Systems Directorate intends to modify the Global Positioning Satellite (GPS) III contract, FA8807-08-C-0010, to reinstate Option CLIN 0012 Long Lead Items (SV5 & SV6). These parts include, but are not limited to, attitude control system assemblies, UHF receive cylinders, pyro cartridges, relays, battery cells, solar array yokes/booms, circuit card assemblies, transistors, transformers, plexers, crystal oscillators, atomic frequency standards, feed support panel, UHF beamforming network, cable cutters, diodes, solar array cells, propulsion tanks, inductors, single board computers, amplifiers, oscillators, antenna elements, hinges, solar array drive assemblies, capacitors, solar array substrates, transducers, on-board computer, integrated circuits, hybrids, filters and field programmable gate arrays. These parts must satisfy all requirements in the existing GPS III contract, including all compliance documents (e.g., Technical Operating Reports 4430/4432) and source control drawings (developed as part of the contract referenced above). In addition, once those parts are incorporated into SV5 & SV6, the contract's on-orbit performance incentive plan will apply to those parts (i.e., if those parts fail such that the SV must be declared non-operational, the Government will be entitled to repayment consistent with the terms and conditions of that plan). These Long Lead parts shall be delivered to the Directorate not later than 8 May 2016 (SV5) and 6 Aug 2016 (SV6). The GP Directorate intends to award this option as a sole-source contract modification to Lockheed Martin Space Systems Company, 100 Campus Drive, Newtown, PA 18940, as the only source that can satisfy the Government's requirements without the Government incurring a substantial duplication of cost that is not expected to be recovered through competition and/or unacceptable delays in fulfilling the Air Force's requirements (10 U.S.C. § 2304(c)(1)). While this notice of intent is for informational purposes only, and is not a request for competitive proposals, interested parties may identify their interest and technical capability and submit information that shall be considered by the Government. The North American Industry Classification System (NAICS) code for this action is 336414. The small business size standard is 1,000. Statement of Capabilities All responsible sources capable of meeting the Government's requirements detailed in this notice must submit a Statement of Capabilities and Qualifications Statement to the technical and contracting POCs listed below by 1700 PST on 18 June 2011. Responses are limited to five (5) 8.5" x 11" pages with 1" margins and 12 point font (Arial or Times New Roman) with numbered pages. The capability and qualifications statement will be evaluated solely for the purpose of determining the offeror's ability to meet the Government's needs described above. Consequently, the Government is primarily interested in responsible sources providing specific technical details indicating how that source can meet the Government's needs. Oral communications are not acceptable in response to this notice. Responses from small business and small, disadvantaged business firms are encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firm, historically black colleges or universities, or a minority institution. A determination not to compete this proposed effort on a full and open competition basis based upon responses to this notice is solely within the discretion of the Government. Submit Statement of Capabilities electronically to technical POC: brian.knight@losangeles.af.mil, and contracting POCs: kimberlene.butler@losangeles.af.mil and elizabeth.chirdon@losangeles.af.mil, or Statements of Capabilities may be mailed to SMC/GPK, Attn: Kimberlene Butler and Beth Chirdon, 483 N. Aviation Blvd., El Segundo, CA 90245-2808. An ombudsman has been appointed to hear concerns from potential offerors. The purpose of the ombudsman is to receive and communicate concerns from potential offerors when an offeror prefers not to use established channels to communicate its concern during the proposal development phase of this acquisition. The ombudsman will communicate certain offeror issues, disagreements, and recommendations on this acquisition to the proper channels. The ombudsman's role is not to diminish the authority of the program director or the contracting officer, but to advocate an offeror's concern on a non-attribution basis. The ombudsman will maintain strict confidentiality as to the source of the concern when requested by the offeror. The ombudsman is Mr. James Gill (310) 653-1789. Questions pertaining to this announcement shall be directed to the Contracting Officer, Beth Chirdon, SMC/PK at (310) 653-3397 or by email at elizabeth.chirdon@losangeles.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/11-49/listing.html)
 
Place of Performance
Address: Lockheed Martin Corporation, Space Systems Company, 100 Campus Drive, Newtown, Pennsylvania, 18940-1784, United States
Zip Code: 18940-1784
 
Record
SN02463374-W 20110605/110603234238-9e208f4578e5bc3c5802778f466aae32 (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.