Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2018 FBO #6026
SOURCES SOUGHT

R -- Sources Sought for Defense Support Program (DSP) Operations, Mission threat analysis, and Engineering Sustainment (DOMES) Contract

Notice Date
5/22/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering 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
FA8823-18-R-0008
 
Archive Date
6/20/2018
 
Point of Contact
Seneca J. Alvarado, Phone: 7195567889, Janet Stinson, Phone: 7195562073
 
E-Mail Address
seneca.alvarado@us.af.mil, janet.stinson.2@us.af.mil
(seneca.alvarado@us.af.mil, janet.stinson.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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. Synopsis: The United States Air Force (USAF), Space and Missile Systems Center (SMC), Remote Sensing Systems Directorate (SMC/RS) anticipates a need to issue a follow-on contract to the current Defense Support Program (DSP) Sustainment Contract (DSC) for factory and operations site support and sustainment of the on-orbit DSP satellite constellation. These services are currently provided by Northrop Grumman Systems Corporation (CAGE Code 70143) on the SMC contract FA8810-15-C-0001 with the total period of performance for these services ending on 30 September 2019. It is anticipated that the overall period of performance for the DSP Operations, Mission threat analysis, and Engineering Sustainment (DOMES) contract will be one base year plus four to a maximum of nine one-year option periods. Background: The DSP mission uses highly technical non-imaging infrared and other sensors to detect ballistic missile launches, space launches, and endoatmospheric and exoatmospheric nuclear detonations, and reports them to US and allied forces and assets deployed worldwide through the Integrated Tactical Warning and Attack Assessment (ITW/AA) configuration control process. Currently the government does not possess a Technical Data Package, therefore any statements of capability submitted must identify how the contractor would perform the services without access to the technical data. Description of Services: The new contract will require on-orbit sustainment and factory support to DSP satellites and payloads, including: (a) Technical support to operational missile warning on-orbit constellation satellites, trending analysis, performance and data archive, and training of new personnel. (b) Space based non-imaging infrared mission performance assessment for real-time mission support and infrared event data analysis. (c) Operational satellite and payload anomaly support to include root cause determination and implementation of corrective actions. (d) Contractor facilities supporting on-orbit operations (either from the factory or at the operational site) must be Defense Security Service (DSS) certified and capable of processing classified information as required by the DSP constellation. (e) Program support includes management of contractor team and contract/business operations segment to track financial issues and deliverables. (f) Capability to develop software tools and implement command plans. (g) Support at various government sites listed in Item 14. (h) Rapid prototyping of data processing enhancements that maximize the utility of constellation data and mission processor initiatives. (i) Missile event analysis to include extraction of missile event data for every missile event, identification of best possible data from sensors, submission of extracted data through an analysis and debugging version of the operational mission processing algorithms, and then comparison of the best possible performance to actual, real-time results. (j) Missile event report troubleshooting and the identification, evaluation, and recommendation of changes to on-board processing algorithms, ground mission processing algorithms, and/or threat profile databases. (k) Threat profile development, evaluation, and integration in support of USSTRATCOM objectives through the use of detailed event raw data extractions, characterization, correction for atmospheric attenuation, and other effects. Schedule: It is anticipated that a Request for Proposal (RFP) will be released in the fourth quarter of FY18 with a period of performance beginning in the first quarter of FY20. Business Size Standard: North American Industry Classification System (NAICS) code is 541330, Support - Professional: Engineering/Technical using exemption (a) size standard of $38.5M. Product Service Code for knowledge based service is R425, Engineering and Technical Services. Instructions: Interested parties are invited to submit an unclassified Statement of Capability (SOC) by 20 June 2018 that addresses the ability to satisfy the above requirements to Ms. Janet Stinson at janet.stinson.2@us.af.mil and Mr. Seneca Alvarado at seneca.alvarado@us.af.mil. Oral communications are not acceptable. Statements of Capability: Interested parties who believe they have the capability to perform as a prime contractor in support of this effort are invited to submit an unclassified SOC which must include the following information: company name, mailing address, points of contact with telephone numbers and email addresses, business size classification (large, small or other), experience and specific work previously performed within the past 10 years that is relevant to this effort. Small businesses or small disadvantaged businesses are encouraged to submit a Statement of Capability. The SOC must clearly: (1) demonstrate the contractor's proven system knowledge and capability to perform the listed requirements; (2) explain how the contractor would perform the services as a prime contractor without access to the technical data; and (3) demonstrate the capability to provide knowledgeable, capable, and experienced individuals with the proper security clearances who can provide real-time assistance/guidance to government satellite operators at the Mission Control Station and any backup site supporting operations. The SOC may also include inputs on potential enablers or impediments to competition and small business goals or opportunities. An Organizational Conflict of Interest (OCI) Mitigation Plan submission is not required, but contractors should identify any potential OCIs. The SOC must conform to 8.5 X 11-inch pages with one-inch margins, with font no smaller than 12-point, not exceed twenty one-sided pages, and must be submitted by 20 June 2018, 4:00pm Mountain Time. The government will use the SOC to determine if there is sufficient interest and ability in the marketplace from qualified sources. The Government mandates participation from its Federally Funded Research and Development Center (FFRDC), Systems Engineering and Integration (SE&I), and Systems Engineering and Technical Assistance (SETA) contractors, during the analysis of SOCs received in response to this synopsis. All data received in response to this synopsis and marked or designated as "corporate" or "proprietary" information will be fully protected from release outside the Government except for the FFRDC, SE&I, and SETA contractors supporting SMC/RS. Any information submitted in response to this synopsis is strictly voluntary. This synopsis is for information and planning purposes only; it does not constitute a request for proposal. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the government. The government will not recognize any cost associated with submission of a SOC. The government will use any information received for planning purposes in support of market research and to improve the understanding of industry capabilities in response to the SOC. An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is Mr. James Tisdale, SMC/PKX, (310) 653-1889.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823-18-R-0008/listing.html)
 
Place of Performance
Address: Peterson AFB, CO, Buckley AFB, CO, Schriever AFB, CO, Los Angeles AFB, CA, and several classified OCONUS sites., United States
 
Record
SN04930222-W 20180524/180522230737-b38786f848d63e7caa5891a7b5c4c43a (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.