Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

A -- Modernized Receiver Test Asset/Modernized Signal Test Asset System

Notice Date
7/20/2017
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
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
17-075
 
Archive Date
8/6/2017
 
Point of Contact
Dominicke A. Ybarra, Phone: 3106532499
 
E-Mail Address
Dominicke.Ybarra@us.af.mil
(Dominicke.Ybarra@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Notice of Intent, not a request for quote. In accordance with the authority of Federal Acquisition Regulation (FAR) 5.207(c)(16), any responsible sources may submit a capability statement, which shall be considered by the Government. In accordance with FAR 6.302-1, the Government, through the GPS Directorate at the Air Force Space & Missile Systems Center (SMC/GP) anticipates awarding a sole source contract to The Charles Stark Draper Laboratory (555 Technology Square, Cambridge, MA) to provide applied research and development, consisting of GPS signal collection and analysis using the Modernized Receiver Test Asset (MRTA), MRTA II, and Modernized Signal Test Asset (MSTA) systems. The GPS Directorate at the Air Force Space & Missile Systems Center (SMC/GP) anticipates awarding a contract to maintain and operate six Modernized Receiver Test Asset (MRTA) systems, five MRTA II systems, one Modernized Signal Test Asset (MSTA) system, and other signal collection assets in order to provide quality data collection and analysis. This capability must be provided by a source that does not have any organizational conflicts of interest (OCI). As a result, prime contractors and subcontractors for segments of the GPS enterprise are presumed to have OCIs that cannot be mitigated for purposes of performing this effort. The following expertise and capabilities are required: (1) The ability to maintain and operate existing MRTA/MSTA systems, using advanced knowledge of MRTA/MSTA's major hardware and software functions, measurement capability, calibration, and operational usage; (2) The ability to analyze and characterize Global Positioning System (GPS) Signal In Space (SIS), and other Global Navigation Satellite Systems (GNSS) SIS, using MRTA/MSTA and other signal collection assets. The effort requires expert knowledge of GPS signals. Specifically, the GPS Directorate requires that the contractor use the MRTA, MRTA II, and MSTA systems effectively by furnishing the necessary management, technical expertise, facilities, tools, and material to perform data collection, processing, analysis, data archival and dissemination, and other actions as required to support GPS Initial On-Orbit (IOO) L-band Signal Compliance, State-of-Health (SOH), GNSS SIS data collection, anomaly characterization and other ad hoc testing. The effort will verify GPS Interface Control Document (ICD) compliance and support anomaly characterization of the L-band signals in space using Government owned and validated test assets. Technical expertise must include the capability to acquire, track, and measure parameters such as power, carrier phase, and arrival times for all the specified Pseudo Random Noise (PRN) codes from a single GPS SV; provide signal quality (SQ) metrics for the L1, L2, L3 and L5 carriers, and each specified PRN code on these carriers. The GPS Directorate will require the contractor to provide monthly State of Health (SOH) measurement sessions using the MRTA/MSTA and other signal collection assets to provide power, code delay, frequency content, and bandwidth to verify proper operation of the constellation. Some testing requires access to a high-gain antenna such as the 150-foot parabolic antenna located in Palo Alto, CA. To accomplish program objectives and meet near-term program milestones, the contractor must not only be fully familiar with MRTA/MSTA, but also be familiar with the current efforts in the SMC/GP test and evaluation portfolio. The contractor must be capable of supporting testing at the time of authority to proceed. The contractor must operate facilities at and employ personnel cleared at the Secret level. Responses from small and small disadvantaged businesses are encouraged. Market research conducted to date by the GPS Directorate has included the posting of a Sources Sought Synopsis (28 February 2017) and an Industry Day (29 June 2017). The results of this market research indicate that The Charles Stark Draper Laboratory is the only responsive source capable of performing the required GPS signal collection and analysis effort. A copy of the justification for sole source will be made public within 14 days of contract award. A projected Request for Proposal release date for this effort is estimated to be no sooner than 15 calendar days after this Notice of Intent and will be directed solely to the prospective source identified above. Contracting Office Address: Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, SMC/GPK, 483 North Aviation Blvd, El Segundo, CA, 90245-2808.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/17-075/listing.html)
 
Record
SN04588478-W 20170722/170720235247-a0bdf68cd1089cb06efbf36462ff1730 (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  © 1994-2020, Loren Data Corp.