Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 22, 2014 FBO #4746
SOURCES SOUGHT

18 -- Synopsis of Intent to Negotiate Sole Source

Notice Date
11/20/2014
 
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
SMC15-011
 
Archive Date
12/19/2014
 
Point of Contact
Amy E. Titcombe, Phone: 719-556-0643, Robert M. Chernoff, Phone: 3106539703
 
E-Mail Address
amy.titcombe@us.af.mil, robert.chernoff@us.af.mil
(amy.titcombe@us.af.mil, robert.chernoff@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Action Code: R - Sources Sought Synopsis 2. 20 November 3. 2014 4. Contracting Office Zip Code: 80914 5. Classification Code: R-Professional, Administrative and Management Support Services 6. Contracting Office Address: 1050 E. Stewart Dr., Colorado Springs, CO 80914 7. Subject: Global Positioning System (GPS) Directorate GPS Control Segment (GCS) Sustainment Contract - Vertical Integration 8. Proposed Solicitation Number: TBD 9. Closing Response Date: 4 December 2014 10. Contract Point or Contracting Officer: Ms. Amy Titcombe/Mr. Robert Chernoff 11. Contract Award and Solicitation Number: TBD 12. Contract Award Dollar Amount: TBD 13. CLIN: TBD 14. Contract Award Date: TBD 15. Contractor: TBD 16. Description: This synopsis of intent to negotiate sole source is for the acquisition of GPS Control Segment Sustainment and Operations Support at Remote Sites including Kwajalein, Ascension Island, Diego Garcia, Cape Canaveral FL and the Master and Alternate Control Stations at Schriever AFB CO and Vandenberg AFB CA. The Space and Missile Systems Center (SMC) Global Positioning Systems Directorate (SMC/GP) intends to award, on a sole source basis through a modification under existing contract FA8823 ‐ 13 ‐ C ‐ 0002 for a base period of three months with up to two (2), three (3) month options. This is contemplated to be a sole source acquisition under authority of FAR 6.302 ‐ 1, only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 USC 2304(c)(1), to Lockheed Martin Services, Inc. (LMSI) located at 10807 New Allegiance Drive Suite 500, Colorado Springs CO 80916-2752. Contractor management and execution of CS sustainment shall be located in Colorado Springs, CO. The base GCS contract will remain under LMSI through all remaining options which run through 31 December 2018. The following tasks are additions to the awarded GCS PWS tasks: 1) Perform Remote Site maintenance and operations support per maintenance TOs for ASCN, KWAJ, DIEGO and CAPE, to include but not limited to, providing maintenance manning on-site for a minimum of 8 hours per day, five days per week. At the Colorado Springs Monitor Station (COSPM), the contractor shall provide maintenance manning on-site during the normal 8 hour duty day Monday through Friday 2) Provide mission essential Network Administration Officer (NAO) support to include, but not limited to, providing trained NAO personnel and performing NAO crew member duties and responsibilities 24/7 in accordance with the technical orders and maintaining required NAO proficiency 3) Provide operations support and technical expertise for daily ground system, on-orbit and launch activities, crew proficiency and system simulation for a minimum of 12 hours per day, five days per week (0600-1800, Mon-Fri) with 24 hour on-call support Interested parties must be able, and prepared, to begin these tasks at all remote sites (Diego Garcia, Kwajalein, Cape Canaveral, Ascension Island) and operational locations (MCS - Schriever Air Force Base, CO, AMCS - Vandenberg Air Force Base, CA) on 1 January 2015 with a base period of three months, 1 January 2015 through 31 March 2015, with up to two (2), three (3) month options from 1 April 2015 through 30 June 2015 and 1 July 2015 through 30 September 2015. These tasks are mission critical and interested parties that cannot meet the start date will not be considered. Responses from small business and small, disadvantaged business firms, are highly encouraged. The NAICS code applicable to this Sources Sought posting is NAICS 517919 ($32.5M), All Other Telecommunications. Any persons or companies interested in this notice are to respond to the requirement(s) and submit their capabilities to the Contracting Officer. Responsible sources may submit a capability statement which shall be considered by the Government. The date of response to this synopsis for the GCS sustainment and operations support effort is fifteen (15) calendar days after the date of publication of this synopsis and must conform to 8.5 x 11-inch pages, font no smaller than 12-point, 1" margins and a maximum of 10 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 experience, if any, in commercial or non-commercial Control Segment sustainment; 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. Communicate questions/concerns regarding this acquisition to Amy Titcombe, Contract Specialist, (719) 556-0643 or Robert Chernoff, Contracting Officer, (310) 653 ‐ 3128. An Ombudsman has been appointed to address concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudswoman shall maintain strict confidentiality as to the source of concern. The Ombudswoman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudswoman, but rather to the Contracting points of contact identified above. The Ombudswoman is Ms. Olalani Kamakau, (310) 653 ‐1185, olalani.kamakau@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/SMC15-011/listing.html)
 
Place of Performance
Address: All remote sites (Diego Garcia, Kwajalein, Capt Canaveral, Ascension Island) and operational locations (MCS - Schriever AFB, CO, AMCS - Vandenburg AFB, CA), Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03578070-W 20141122/141120234637-eed687ab519f4d405b16a71368a1b9f6 (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.