SOLICITATION NOTICE
A -- MARK IV-B Nine Month Extension
- Notice Date
- 10/7/2016
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting 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
- FA8823-07-C-0001
- Archive Date
- 11/8/2016
- Point of Contact
- Kimberly S. McGough, Phone: 7195562919, Janet Stinson, Phone: 7195562073
- E-Mail Address
-
kimberly.mcgough@us.af.mil, janet.stinson.2@us.af.mil
(kimberly.mcgough@us.af.mil, janet.stinson.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Agency/Office : SMC/PKL 2. Contracting Office Location : 1050 E. Stewart Ave, Building 2025, Peterson AFB, CO 80914 3. Type of Solicitation : Pre-Solicitation 4. Solicitation Number : FA8823-07-C-0001 P00095 5. Date Posted : 7 Oct 16 6. Title : MARK IV-B Nine Month Contract Extension 7. Classification Code : A -- Research and Development 8. NAICS Code : 541690 Other Scientific and Technical Consulting Services; size standard is $15,000,000 9. Is this a Recovery and Reinvestment Act Action ? No 10. Response Date : 24 Oct 16 11. Primary Point of Contact : Kimberly S. McGough Kimberly.mcgough@us.af.mil Phone: (719) 556-2919 12. Secondary Point of Contact: Janet Stinson Janet.stinson.2Uus.af.mil Phone: (719) 556-2073 13. Description : This announcement is a Notice of Contract Action (NOCA) by the United States Air Force (USAF) Space and Missile Systems Center (SMC), Remote Sensing Systems Directorate (SMC/RS), Contracting Office (PKL), Peterson Air Force Base, CO. This NOCA does not constitute a Request for Proposal (RFP), nor is it to be construed as a commitment by the Government to further evaluate capability briefs, release a competitive solicitation, or award a contract. SMC/RS intends to issue a Request for Proposal (RFP) to Lockheed Martin Corporation Space Systems Company for a nine-month extension on the Meteorological Data Station (MDS) AN/UMQ-13 (MARK IV-B). The prospective source for this acquisition is: Lockheed Martin Space Systems Company (LMSSC) 230 Mall Blvd King of Prussia, PA 91406-2902 POC: Mary Fishback This notice of intent is for informational purposes only and is not a request for competitive proposals. Parties interested in potential subcontracting opportunities, including small and disadvantaged businesses, need to identify their interest and technical capability to the prospective source identified above. Background: The MARK IV-B program is comprised of eight permanent ground sites located worldwide which operate 24/7 by ingesting, processing, and disseminating METSAT data. The Contractor maintains a single test bed and training suite that mimics the operational baseline and is located within its facility at King of Prussia, Pennsylvania. The Contractor utilizes the test bed to perform day-to-day sustainment support for each of the eight operational sites. The current sustainment support contract with Lockheed Martin FA8823-07-C-0001, expires 31 Oct 2016. All operational sites have a fixed facility with heating and air-conditioning capabilities that house the data processing equipment racks which are comprised of computer servers, switches, crypto equipment, tools and some minor spare parts. Over three decades ago, the MARK IV-B ground stations were originally designed to support a single weather satellite constellation, the Defense Meteorological Satellite Program (DMSP). Over the years, the Air Force, through the Air Force Weather Agency (now Air Combat Command (ACC/A5W)), expanded the capability of the MARK IV-B system to ingest and process additional resources. The MARK IV-B system ingests weather satellite data from 25 international satellites 24/7, each with a variety of sensors and data types. The highly specialized nature of the system requires the support contractor to have immediate access to the test bed and training suite to perform the sustainment functions (FY17, 3400) on day one of a new contract award, as well as any associated projects (FY17, 3080) in execution. Scope: The Contractor will provide program, risk, safety, and quality management; systems engineering; hardware and software maintenance; baseline configuration and data management; technical order management; planning, design, test, and evaluation for all system baseline upgrades driven by new space sensors and programmed system upgrades; programmed depot maintenance; emergency depot level maintenance; operator and maintainer training; system anomaly tracking, investigation and resolution; system trending analysis; equipment and software license obsolescence management; and processing of Time Compliance Network Orders for cybersecurity activities for network certification and accreditation. This portion of the effort will be cost plus fixed fee. The period of performance of this effort will be nine months from 1 Nov 2016 to 31 July 2017. Scope for sustainment projects will be added to this contract during the 9-month period of performance extension. Staff-hours will be acquired to execute projects (e.g., Lajes upgrade, De-militarized-zone (DMZ), and Spectrum Relocation Funding (SRF) studies). One of the core requirements for the MARK IV-B system is to sustain an enduring METSAT ingest, processing, and dissemination capability for the Department of Defense (DoD), Air Force (AF), and Air Combat Command (ACC/A5W). The MARK IV-B system must keep current with the latest Meteorological Satellite (METSAT) sensors, software data formats, higher data rates, and computer processing requirements as the latest series of satellites are launched. Due to the dynamic nature of the program, projects will be processed on an as required basis when funding becomes available. 14. Place of Contract Performance : Eight operational sites worldwide to include: Hickam AFB, Hawaii; Andersen AB, Guam; Kadena AB, Japan; Ali Al Salem AB, Kuwait; Kapaun AB, Germany; Soto Cano AB, Honduras; Lajes Field, Azores; and Elmendorf AFB, Alaska. The Test Bed and Training Suite is currently located at King of Prussia, PA. 15. Set Aside : N/A 16. Archiving Policy : 15 days after posting 17. Allow Vendors to Add/Remove From Interested Vendors ? No 18. Allow Vendors to View Interested Vendors List ? No 19. Attachments : N/A 20. Is this package (attachment) sensitive/secure ? No ​
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823-07-C-0001/listing.html)
- Place of Performance
- Address: Eight operational sites worldwide to include: Hickam AFB, Hawaii; Andersen AB, Guam; Kadena AB, Japan; Ali Al Salem AB, Kuwait; Kapaun AB, Germany; Soto Cano AB, Honduras; Lajes Field, Azores; and Elmendorf AFB, Alaska. The Test Bed and Training Suite is currently located at King of Prussia, PA., Colorado Springs, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN04300533-W 20161009/161007233154-a25380a15030f34976f8301c6ee1ee24 (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 |