Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
SOURCES SOUGHT

A -- Modernized Mission Planning System

Notice Date
6/13/2012
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
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
FA8807-12-R-0005
 
Archive Date
7/12/2012
 
Point of Contact
Allison M. Flanagan, Phone: (310) 653-3775, Laura Laidet, Phone: 310-653-3864
 
E-Mail Address
allison.flanagan@losangeles.af.mil, laura.laidet@us.af.mil
(allison.flanagan@losangeles.af.mil, laura.laidet@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Air Force Space Command (AFSPC) Space and Missile Systems Center (SMC) Los Angeles Air Force Base Global Positioning Systems Directorate (SMC/GP) Solicitation Number: FA8807-12-R-0005 Notice Type : Sources Sought Small Business Reference Number: 12-76 NAICS Code: 541511 Custom Computer Programming Services This U.S. industry comprises establishments primarily engaged in writing, modifying, testing, and supporting software to meet the needs of a particular customer. The associated size standard is $25.5M. Product Service Code (PSC): AD25 R&D: Defense Services-Operational System Development Synopsis: THIS IS A SOURCES SOUGHT NOTICE seeking the interest of potential and eligible contractors in a Firm Fixed Price Research & Development Contract for Modernized Mission Planning System (M2PS) OFFERS OR PROPOSALS WILL NOT BE ACCEPTED. THIS IS NOT A PRESOLICITATION OR SOLICITATION. ADDITIONALLY, THIS NOTICE DOES NOT OBLIGATE THE GOVERNMENT TO AWARD A CONTRACT OR MULTIPLE CONTRACTS; AND, IT DOES NOT OBLIGATE THE GOVERNMENT TO PAY FOR ANY BID AND/OR PROPOSAL PREPARATION COSTS. Response from small business firms are highly encouraged. Description: The Global Positioning Systems Directorate (SMC/GP) is seeking interested contractors to develop the GPS Modernized Mission Planning System (M2PS). M2PS is intended as a software and hardware to provide new Gen III modernized capabilities (e.g., flex power, navigation related messages, M-code) Selective Availability and Anti-Spoofing Module (SAASM) Mission Planning. The M2PS will enables Joint Space Operations Center (JSpOC) operators to generate SAASM tasking directives that are sent electronically to the GPS Control Segment. The contract type will be a firm fixed price contract for delivery of the system with a cost plus fixed fee special studies CLIN. The expected contract award date is 2QFY13 for a single GPS Modernized Mission Planning System with a ready to operate (RTO) date in 3QFY15. The draft system and interface specifications, SS-SYS-890A and ICD-GPS-815, are available in the GPS technical library. The Government intends to use the responses to this synopsis to determine viable sources to meet the requirement. The Government intends to use the responses to this synopsis to determine the competitive environment and whether or not a sole source contract will be appropriate. Prime contractors interested shall submit a written Statement of Capability (SOC) which shall be considered by SMC/GP. The SOC should identify concepts that leverage existing heritage space/ground programs and minimize non-recurring development efforts. Prime contractor SOCs should include the following information: company name, address, primary POC including phone number; relevant contracts your company has performed for the JSpOC or GPS with similar work requirements specific to GPS Navigation Warfare mission planning, to include over-the-air rekey and special messaging; organization's technical experience with developing systems requiring an understanding of GPS SAASM operational concepts and GPS M-code Navigation Warfare; organization's technical experience with cryptographic key management, distribution, supersession and contingency operations; organization's experience with JSpOC external interfaces to GPS mission planning systems; organization's facilities that are currently available to support classified system development at levels up to and including TS/SCI and TS SAP/SAR; provide available square footage, type of facility (development lab, office space), location of facility, facility accreditation information, and communication systems; identify any restrictions, for instance co-use agreements. Identify the approximate number of technical personnel within your organization that are available to commence performance within the next 60-120 days, including a labor mix identifying the number of those holding a current TS/SCI, as well as relevant SAP/SAR access. Each Prime Contractor must have a current accredited SCIF or SAPF sponsored by SMC/GP or must provide documentation showing the Prime Contractor has a currently accredited SCIF or SAPF sponsored by another agency. Each Prime Contractor must have personnel, a team consisting of security, system engineers and managers, with SCI/SAP access approvals via DCID 6/4/JFAN 6/4. Further, Prime Contractors must identify via a one (1) or two (2) page concept of operations, how they will store/process and segregate M2PS software/information, what building/rooms will be used and, if applicable, identify the sponsor of your SCIF who will approve processing and storage of M2PS information and material in their sponsored facility. Requests for requirements documents or other inquiries must be submitted to the following email addresses: Allison.flanagan@losangeles.af.mil; john.taibi@losangeles.af.mil; eric.russell@losangeles.af.mil. Responses to this synopsis must be received via email to the addresses above by 22 June 2012 in electronic format (MS Word 2000 or newer, or PDF) and must conform to 8.5" X 11" page size, all type 12 font or 12 font for text, 10 font for tables, matrixes and focus boxes and 8 font for text inside graphics. Submittals must not exceed 20 pages in length. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Submittals that contain classified materials must be coordinated with the points of contact listed above. An Ombudsman 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 Mr. James Gill at (310) 653-1789. An actual solicitation is expected to be issued 4th QtrFY12. The closing date and time for submission of offers will be contained in the final solicitation package. Paper copies will not be available. The solicitation announcement will be made available only on the Federal Business Opportunities Web Site at http://www.fedbizopps.gov. Interested Parties are solely responsible for monitoring the aforementioned site for the release of the solicitation package and/or any updates and/or amendments to any and all subject documents. It is the sole responsibility of all Interested Parties to register for notification updates and to request any classified documents related to the solicitation. All contractors MUST be registered in the Central Contractor Registration database or their proposal will not be considered. Contractors can obtain further information on the Central Contractor registration (CCR) at web site http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8807-12-R-0005/listing.html)
 
Place of Performance
Address: TBD, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN02774054-W 20120615/120613234902-2febe30ad51dd3bcf82280f13ce853e4 (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.