SOLICITATION NOTICE
A -- DRAFT Next Generation OPIR Block-I Prototype Concept Development - DRAFT Next-Generation Block-I Prototype BAA
- Notice Date
- 5/2/2018
- Notice Type
- Presolicitation
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and 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
- SMC-RS-BAA-18-001
- Archive Date
- 6/19/2018
- Point of Contact
- Nicholas Spear, Phone: 3106533091, Alex Rueda, Phone: 3106535730
- E-Mail Address
-
nicholas.spear.1@us.af.mil, alex.rueda.1@us.af.mil
(nicholas.spear.1@us.af.mil, alex.rueda.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT Next-Generation Block-I Prototype BAA (2 May 18) for input / feedback. DECLARATION: This is a DRAFT announcement. This publication is for information only and does not constitute a Request for Proposal (RFP), Government sponsorship of contractor charges against any Government contract for attendance or proposal efforts, or a Government promise to pay for any information received in response to this announcement. The Government is requesting inputs/feedback. The Space and Missile Systems Center (SMC) Remote Sensing Systems Directorate (SMC/RS) intends to solicit proposals through the use of a Broad Agency Announcement (BAA) (see FAR 35.016) to identify innovative concepts and designs for a Next-Gen Overhead Persistant Infrared (OPIR) Block-I payload and a derivative prototype payload. In developing Next Gen Block-0, the government will prioritize schedule, driving the space vehicle design to incorporate high technology readiness components in order to minimize the program's schedule risk. In parallel, SMC/RS will begin exploring payload concepts for the follow-on system, Next-Gen OPIR Block-I. The initial launch capability (ILC) goal for Block-I is 2030. Under the FINAL announcement, the Government seeks to identify what performance and resiliency parameters are achievable with component technologies currently under development that may not be incorporated into the Block-0 design due to current technical maturity levels and development schedules. Offerors will be asked to develop a set of feasible Block-I system requirements based on technology readiness assumptions, which will provide feedback to the Capabilities Development Document (CDD) development process. Based on these requirements, offerors shall develop achievable Next Generation Block-I payload concepts, along with an early prototype version of the proposed concept. Prototype payload concepts shall incorporate advanced component technologies as well as threat mitigation components and techniques to reduce Block-I payload development time, assembly and integration risk, mature component technology/ manufacturing readiness levels (TRL/MRL), and inform future Missile Warning and Missile Defense (MW/MD) architecture and Concept of Operations (CONOPs). The results of this announcement shall inform the scalability of the prototype concept to enable the transition of capabilities, technology and CONOPS to the Next Generation OPIR Block-I Program of Record (PoR). Associated with this solicitation, the OPIR Advanced Development Branch is requesting industry's written feedback on the BAA and will answer any clarifying questions by potential offerors. The deadline for question submittal will be 4 June 2018. Questions and answers will be compiled and distributed (non-attribution/anonymous) via FBO. Interested offerors shall direct any questions regarding this announcement to the points of contact listed in section 11. This DRAFT announcement contains sensitive and classified reference documents. All documents will be provided upon request and after clearance verification. For clearance verification please submit your Company name, website, Federal Tax ID, CAGE Code, DUNS number and mailing address, along with your technical, security and administrative points of contact (including email addresses (unclassified, SECRET, TS/SCI), and telephone number) to the primary and secondary points of contact identified above. PROGRAMMATICS: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. James Tisdale, Phone Number (310) 653-1889, mailing address SMC/PKX, Attn: Mr. James Tisdale, 483 N. Aviation Blvd, Los Angeles, CA 90245-2808. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. DECLARATION: This is a DRAFT announcement. This publication is for information only and does not constitute a Request for Proposal (RFP), Government sponsorship of contractor charges against any Government contract for attendance or proposal efforts, or a Government promise to pay for any information received in response to this announcement. The Government is requesting inputs/feedback.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/SMC-RS-BAA-18-001/listing.html)
- Place of Performance
- Address: 483 North Aviation Blvd, El Segundo, California, 90245-2808, United States
- Zip Code: 90245-2808
- Zip Code: 90245-2808
- Record
- SN04907660-W 20180504/180502230856-be7a5a564653edd649f894eba49d3a2d (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 |