Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOLICITATION NOTICE

A -- SMC/SY Space Superiority, Space Systems Engineering University Affiliated Research Center (UARC) IDIQ Contract-Notice of Contract Action (NOCA)/J&A Posting

Notice Date
12/19/2019 10:10:42 AM
 
Notice Type
Presolicitation
 
NAICS
54171 — Research and Development in the Physical, Engineering, and Life SciencesT
 
Contracting Office
FA8823 HQ SMC PK SLK/PKL PETERSON AFB CO 80914 USA
 
ZIP Code
80914
 
Solicitation Number
FA8819-18-D-0009
 
Response Due
6/21/2019 5:00:00 PM
 
Archive Date
07/06/2019
 
Point of Contact
Seneca J. Alvarado, Contracting Officer, Phone: 7195567889, Stephanie Rosenthal, Contract Specialist, Phone: 719-556-2258
 
E-Mail Address
seneca.alvarado@us.af.mil, stephanie.rosenthal@us.af.mil
(seneca.alvarado@us.af.mil, stephanie.rosenthal@us.af.mil)
 
Description
a) The Space and Missile Systems Center (SMC) Space Superiority Systems Directorate (SY) intends� to award a sole source contract modification to Johns Hopkins University Applied Physics Laboratory (JHU/APL) for Space Superiority, Space Systems Engineering support. This contemplated contract action would increase the current contract ceiling by $93M from $93M to $186M and extend the ordering period by two years from May 2023 to May 2025.� The current contract (FA8819-18-D-0009) was awarded as a single award IDIQ in 2018 pursuant to FAR 6.302-3(a)(2)(ii) and 10 U.S.C. 2304 (c)(3)(B) to maintain an essential engineering, research, or development capability� provided by an educational institution.� JHU/APL is a University Affiliated Research Center (UARC) under contract with the Department of the Navy.� A UARC is a strategic United States Department of Defense (DoD) research center associated with a university.� UARCs were formally established by the Director of Defense Research and Engineering (DDR&E), Office of the Secretary of Defense, to ensure that essential engineering and technology capabilities of particular importance to the DoD are maintained.� These not-for-profit organizations maintain essential research, development and engineering ""core"" capabilities; maintain long-term strategic relationships with their DoD sponsors; and operate in the public interest, free from real or perceived conflicts of interest.� The JHU, as a UARC, may not compete against industry in response to competitive Requests for Proposal for development or production that involve engineering expertise developed or sustained through this contract in accordance with statute 10 U.S.C. 2304(c)(3)(B). � JHU/APL's core engineering, research, and development competencies include: Space Science and Engineering Strategic Systems Test and Evaluation Simulation, Modeling, and Operations Analysis Mission-Related Research and Development Information Technology (C4ISR/IW) Combat & Guided Missile Systems Theater Air Defense Submarine Security and Survivability b) Under this contract, the contractor will continue to provide SMC/SY with science applications, engineering, analysis, design, and development support to space superiority mission areas. �In their role as a trusted agent to the Government, the contractor will assist the Government in the evaluation and development of new technologies, the performance of risk reduction efforts, the design, development, fielding, and sustaining engineering of operational demonstrations/systems.� The contractor will also augment their own internal capabilities in productive and synergistic ways by employing essential capabilities in space systems engineering and applied science in the broadest and most flexible manner. ��Therefore, the contractor must be free from OCI issues stemming from competition with industry and the handling of third-party proprietary data. � c) This contract will support the analysis of systems, capabilities, and concepts within the Space Control mission areas of Counterspace (CS), Space Situational Awareness (SSA), as well as Battlespace Management Command and Control (BMC2).� This contract will ensure maximum leverage of developed capabilities, consistency in assessment approach, long-term continuity, and short-term responsiveness to requirements for critical analysis that refines and expands upon JHU/APLs work performed to date.� In addition to program support via papers and studies, ongoing support includes the development of an ""end-to-end"" Integrated SSA (ISSA) system modeling and simulation capability. This contract will enable the Government to efficiently ensure the mission areas are fully integrated. d)� The contractor will assist the government in following areas: (i) Studies, Assessments, and Analysis - The Contractor will assist the Government with technical assessments, systems & program integration on the emerging pace protection mission area. The Contractor will provide Subject Matter Experts (SMEs) for requirements and capabilities studies, intelligence and physical analysis of vulnerabilities (attack modalities) of spacecraft systems, sensors, and ground systems, as well as cyberspace and information assurance domains. (ii) Systems Engineering & Technical Assessments - The Contractor will provide systems engineering and technical assessments providing, but not limited to, the following capabilities: a. Program/System Integration b. Subject-matter expertise � c. Specification Development d. Technology Solution Identification (iii) Concept Development - The Contractor will assist the Government with concept development in the emerging space protection mission area. Subject areas will include: a. Future space mission planning b. System design and associated architectures c. Strategy d. TTP development e. Technology maturation f. Requirements development support �(iv) Modeling and Simulation - The contractor will provide simulation and modeling of selected concept designs across all disciplines of space systems. This includes, but is not limited to, space phenomenology, cyberspace, threat analysis/effects, space segment performance, operations, ground segment interfaces, terrestrial systems and their implications, cross-mission CONOPS, and enterprise-wide mission capability sustainment to include US government assets, civil/commercial assets, and foreign assets. (v) Prototyping - The Contractor will provide prototyping as required.� Prototype is an original hardware or software, model, form, or instance that serves as a basis for other processes. For software technology, a prototype is a working example through which a new model or a new version of an existing product can be derived. For hardware technology, a prototype is a model suitable for evaluation of design, performance, and production potential. (vi) Sustainment Engineering - The Contractor will provide Pre-launch and Post-launch support as required.� Pre-launch support tasks will include but are not limited to: a. Providing pre-launch planning b. Refining CONOPs c. Supporting integration of protection technologies onto host vehicle(s) d. Testing and mission rehearsals e. Developing data acquisition/analysis/reporting tools Post-launch support tasks will include but are not limited to: � a. Providing technical support at the test location b. Downloading and analyzing data c. Completing report documentation e) All interested parties that meet the requirements of this posting, as limited by FAR 6.202(a)(3) Establishing or maintaining alternative sources, University Affiliated Research Centers (UARCs) can submit a written Statement of Capability (SOC) no longer than 10 pages and containing the following information: technical description of the offeror's experience and knowledge of Air Force Space Command space control systems, Concept of Operations (CONOPS), and architecture; description of facilities and equipment intended for use in support of this effort; proof of security clearances of key personnel for government evaluation; and their OCI strategy to maintain an OCI-free environment.� In addition, they will include their plan to insure separation of contractor's proprietary data.� Interested parties must have experience with analysis of Air Force Space Command military systems and capabilities, to include development of analysis software and tools, and must have detailed knowledge of Air Force Space Command space control systems, capabilities, and their operations across all mission areas (OCS/DCS/SSA/BMC2).� They must also have knowledge of the intelligence community processes, systems, capabilities, operations.� To mitigate schedule risks, interested parties must have strong experience with ongoing efforts and developments in space control and must be ready to initiate or continue analysis and products immediately upon contract award.� g) All interested UARCs must be cleared to handle government equipment and information up to, and including Top Secret (TS), Sensitive Compartmented Information (SCI), and Special Access Requirements, and have personnel with a current Top Secret/Single Scope Background Investigation (TS/SSBI).�� All interested parties must also maintain a current TS - SCI accredited Secure Compartmented Information Facility (SCIF).�� � h) Send Statements of Capability (SOC) to SMC/PKL, Attn: Mr. Seneca Alvarado, 719-556-2258, 1050 E Stewart Ave, Bldg 2025, Peterson AFB, CO 80914 or e-mailed to both point of contacts identified above by 5:00 P.M MT, on 21 June 2019.� Submittals that contain classified materials must be coordinated with either the primary or secondary points of contact.� No contract award will be made on the basis of SOCs received in response to this notice.� All UARCs must be capable to support operations pertaining to the description of services at the time of submitting SOC's.� The Government will not reimburse you for any costs associated with preparing or disseminating a statement of capabilities.� A determination by the Government to compete the proposed contract action based on any responses to this notice is solely within the discretion of the Government. ������ i) BE ADVISED: An Ombudsman has been appointed to hear concerns from potential offerors.� The purpose of the Ombudsman is to receive and communicate concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this proposed acquisition.� The Ombudsman will communicate certain offeror issues, disagreements, and recommendations on this proposed acqusition into the proper channels.� The�Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate an offeror's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the offeror. The Ombudsman will not participate in the evaluation of SOCs for this proposed acquisition. The Ombudsman is Colonel Trent Tuthill, (310) 653-1786, trent.tuthill@us.af.mil, Address: SMC/PK Attn: Col Trent Tuthill, 483 N. Aviation Blvd, Los Angeles AFB, CA 90245-2808.� SMC Alternative Ombudsman is Ms Melissa Duong, (310) 653-1792, melissa.duong@us.af.mil, SMC/PKF:� Attn: Ms Melissa Duong, 483 N. Aviation Blvd, Los Angeles AFB, CA 90245-2808.� ��Routine questions, such as clarifications, are not considered to be ""significant concerns"" and should be communicated directly to the primary or secondary POCs (See 5. or 6. above for contact information). Updatde as of 19 December 2019 to post approved J&A.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/41be55d6b9d741f8a5d34d0ddbf9a42d/view)
 
Place of Performance
Address: Johns Hopkins University Applied Physics Laboratory (JHU/APL), USA
Country: USA
 
Record
SN05521126-F 20191221/191219230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.