SPECIAL NOTICE
A -- The Hosted Payload Office in SMC/XR is investigating the potential reuse of the Common Interface Unit (CIU) and related equipment to meet near-term hosted payload mission needs. - Notice of Intent to Sole Source
- Notice Date
- 5/20/2014
- Notice Type
- Special Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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
- 14-071
- Archive Date
- 6/12/2014
- Point of Contact
- Tiffany L. Trotter,
- E-Mail Address
-
tiffany.trotter@losangeles.af.mil
(tiffany.trotter@losangeles.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Notice of Intent to Sole Source Space and Missile Systems Center(SMC) Development Planning Directorate(XR) Notice of Intent to Sole Source I. Introduction The United States Air Force Space and Missile Systems Center (SMC) Development Planning Directorate (XR) intends to sole source a contract to perform design analyses, determine operations feasibility, and storage of Assurance Technology Corporation (ATC) developed equipment from the Self-Awareness Space Situational Awareness (SASSA) Program. The Hosted Payload Office in SMC/XR is investigating the potential reuse of the Common Interface Unit (CIU) and related equipment to meet near-term hosted payload mission needs. The Government intends to award the sole-source contract to Assurance Technology Corporation under the statutory authority of 10 U.S.C. 2304(c) (1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. II. Background ATC won the SMC/SY competitive development contract in 2008 to design, develop, deliver and operate the SASSA payload; however, the contract period of performance for this effort has expired. For this reason, the SMC/SY contract cannot be used for this effort and a new contract with ATC must be established. The proposed statement of work includes the following tasks: 1. Provide a budgetary estimate to replicate and fabricate the existing as-built SASSA flight equipment (i.e. CIU, DSC, MCU-110 GFE), associate ground test equipment, and delivery timeline. This will serve as the cost baseline to evaluate potential design changes and the "delta" cost estimates identified below. 2. Provide a brief description of the current CIU and DSC design's functionality, performance specifications, limitations, and recommended modifications (if needed) to the existing CIU design. Actual on-orbit performance data from the flown CIU shall be incorporated into this description. Please address the following prioritized questions to adapt the CIU design for the flight of a Government payload hosted on an unclassified commercial satellite: a. Identify the changes needed to the CIU and associated equipment to fly Government hosted payloads on commercial satellites to LEO/MEO and GEO with a range of on-orbit mission durations. b. Identify how the current design works with respect to the transfer of safety data (i.e. hosted payload(s), CIU, and crypto temperature, voltage, and current) to the unclassified commercial host without disclosing unwanted signature data to the commercial host. The HPSIS refers to this data as unclassified hosted payload safety data that the commercial satellite operator will require to monitor the hosted payload assembly will not impact the safety of the satellite. What changes, if any, are needed to make this data transfer comply with IA requirements? c. Identify the current design's validation methodology, hardware and software, for the one-way transfer of Black spacecraft data to the Red payload. Recommend changes, if needed, to verify the integrity of the one-way transfer of unclassified host spacecraft Black data (pointing, navigation, and timing data) to the classified hosted payloads such that it is in compliance with the NSA-tailored Information Assurance Security Requirements (IASR). The AFSPC preferred methodology is to implement this function as a one-way data transfer rather than as a cross domain solution performed by software/firmware. d. Identify how commands to the hosted payloads are decrypted, authenticated, and validated prior to execution. Include how changes to cryptographic keys are handled by the current design. e. Provide a verification matrix that summarizes the CIU design for compliance with an NSA-provided IASR and identify the design changes needed for compliance. The NSA-tailored IASR list will be provided to ATC at the start of the study. f. Identify the current CIU power circuit design and recommend any changes (if applicable) needed for the CIU to switch ON/OFF spacecraft power to single or multiple hosted payloads. g. Describe the accuracy of the CIU time reference that can be provided to the Red payloads and the availability of any other timing sources that can be used to synchronize host spacecraft and payload data for ground processing. h. Identify how a GPS receiver is incorporated into the power, GPS key handling, and switching electronics on the Red payload side. Identify changes, if any, to incorporate GPS receiver on-board the CIU to derive timing references and vehicle position and velocity for the CIU and the hosted payload(s). i. Identify the changes needed to support the transmission of hosted payload mission data at higher data rates (up to 300 Mbps and 500 Mbps) for downlink. j. Identify changes needed for the CIU to interface with other crypto units besides the MCU-110. 3. Provide a discussion of the cost drivers associated with each of the items in paragraph 2. 4. Identify the changes to the CIU design necessary to provide mission data in IP or HAIPE domain format such that the down-linked data stream may be routed terrestrially by shared data circuits. This capability should be modular to select the current bulk encryption data format if IP/HAIPE format is not used. This capability should include the on-board integration of multiple hosted payload data streams for downlink by the spacecraft. 5. Identify concept of operation scenarios necessary to manage and operate multiple independent hosted payloads on-orbit and the associated CIU/DSC/Crypto configuration needed to support a flight demonstration mission. Recommend flight test objectives and technology maturation efforts for the GEO and the LEO/MEO demonstration. 6. The Contractor shall provide a baseline specification, implementation schedule, and cost estimate to modify the CIU and associated equipment necessary to support a risk reduction demonstration mission. 7. The Contractor shall receive and inspect the SASSA CIU at a Contractor facility, validate all transfer and shipping paperwork, and enter the SF1149 into the Contractor's government property inventory. The Contractor shall perform an incoming quality conformance inspection on the CIU in accordance with the Contractor's standard procedures and report the inspection results. III. Statements of Capability All responsible sources may submit a capability statement which shall be considered by the agency. The statement of capability shall accomplish the above-stated effort. Any SOC submitted must demonstrate capabilities in the following areas of expertise: 1. Demonstrate the ability to access, retrieve and analyze the actual on-orbit performance data from the flown CIU compared to the stated design capabilities. 2. Demonstrate you currently possess in-depth knowledge of the hardware/software design and cost of the existing CIU and related equipment necessary to perform the tasks described above. 3. Interested parties must be intimately familiar with the NSA approval process, DoD security requirements, and how the conformance history of the CIU to both. IV. Submission Details Any interested source that is capable of meeting the Government's requirements detailed in this notice should submit a SOC to the technical and contracting POCs listed below by 1500 PST on 28 May 2014. Responses are limited to five (5) one-sided 8.5 X 11-inch pages with 1-inch margins using Times New Roman at no smaller than font size of 12 and must be submitted in MS Word 2007 or higher or PDF Format. The SOC will be evaluated solely for the purpose of determining the respondent's ability to meet the Government's needs as described above, as a minimum, the SOC should include the following: 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 relevant to this effort. Consequently, respondents' submissions should contain as many specific technical details indicating how the respondent can meet the Government's needs and schedule. Oral communications are not acceptable in response to this notice. Responses from small business and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. The small business size standard for NAICS 541712 is 1,000 employees. Classification code A applies. 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. The government will use the SOC to determine if there is sufficient interest in the marketplace from qualified sources. 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 cost associated with the submittal of information solicited herein. The SOC and all related communications that contain proprietary information should be marked as such. Verbal responses will not be accepted. BE ADVISED: An Ombudsman has been appointed to hear concerns from potential respondents. The purpose of the Ombudsman is to receive and communicate concerns from potential respondents when a respondent prefers not to use established channels to communicate his/her concern during the proposal development phase of this proposed acquisition. The Ombudsman will communicate certain respondent issues, disagreements, and recommendations on this proposed acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate a respondent's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the respondent. The Ombudsman will not participate in the evaluation of SOCs for this proposed acquisition. The Ombudsman is Ms. Olalani Kamakau, phone number (310) 653-1185. Routine questions, such as clarifications, are not considered to be "significant concerns" and should be communicated directly to the POCs listed in this notice. The information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/14-071/listing.html)
- Place of Performance
- Address: 483 N. Aviation Blvd, El Segundo, California, 90245, United States
- Zip Code: 90245
- Zip Code: 90245
- Record
- SN03371315-W 20140522/140520235012-67eb7160adf9dbf297fe22e69f1f1017 (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 |