Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2020 SAM #6951
SPECIAL NOTICE

58 -- Counter Communications System (CCS) Meadowlands Production - draft Request for Proposal

Notice Date
12/8/2020 8:41:10 AM
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8819 SPACE SUPERIORITY SYS PKS EL SEGUNDO CA 90245-2808 USA
 
ZIP Code
90245-2808
 
Solicitation Number
SP-2020-02
 
Response Due
1/8/2021 4:00:00 PM
 
Archive Date
01/23/2021
 
Point of Contact
Doreen Barnett, Phone: 310-416-1538, Lt Ryan Tagatac
 
E-Mail Address
doreen.barnett@spaceforce.mil, ryan_mark.tagatac.3@spaceforce.mil
(doreen.barnett@spaceforce.mil, ryan_mark.tagatac.3@spaceforce.mil)
 
Description
The purpose of this announcement is to release a draft request for proposal (RFP) to industry for the purpose of requesting feedback from sources capable of meeting the needs for the Counter Communications System (CCS) Meadowlands Production prior to the release of the formal RFP.� The draft RFP is not posted with this announcement -- interested companies must follow the instructions below in order to receive the documents. THIS IS A REQUEST FOR INFORMATION ONLY. This draft RFP is issued solely for information and planning purposes. It does not constitute a formal solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is seeking feedback from any potential offerors that choose to provide it; however, the Government is not�seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this draft RFP. All costs associated with responding to this will be solely at the responding party's expense. Background: The CCS provides a ground-based, deployable electronic warfare (EW) capability to reversibly deny satellite communications (SATCOM), early warning, and propaganda. There are sixteen CCS Block 10.2 fielded systems which currently operate at Peterson Air Force Base, Vandenberg Air Force Base, Cape Canaveral Air Force Station, and OCONUS locations. The next block upgrade to CCS Block 10.2 is called CCS Meadowlands and is currently in development. The CCS Meadowlands design will be more modular, scalable, and reduces the operational footprint from 14 racks of equipment to 3 to 4 racks of equipment. CCS Meadowlands consists of modern Commercial Off the Shelf (COTS) / Government Off the Shelf (GOTS) hardware and antennas in addition to mission software. Portions of the CCS Meadowlands program are controlled at the Top Secret/Sensitive Compartmented Information (TS/SCI) level. The program office for the CCS program is Space and Missile Systems Center Special Programs Directorate (SMC/SP) located near Los Angeles Air Force Base, CA. The purpose of this notice is to solicit feedback for a potential future production effort and to provide the following supplies and services over a proposed period of performance of approximately 54 months: Production of 28 CCS Meadowlands systems and associated critical spares kits in accordance with Government provided Build-to-Specifications, Drawings, and Consolidated Materials List.� Critical spares deploy with the systems. Procurement of Depot Spares. Depot Spares remain in CONUS. Utilize and/or dispose of existing government furnished equipment (GFE) CCS Block 10.2 (16 fielded systems and critical spares) components, including but not limited to: cabling, cases, antennas, computes, and tools Storage of any unused GFE material awaiting disposal with DLA Disposition Agency Sustaining Engineering analysis to address parts obsolescence issues by identifying a form/fit/function replacement for an obsolete part and updating program documentation for future production and non-recurring engineering to rectify GFE deficiencies Shipment and checkout of equipment to at both CONUS and OCONUS locations. Documents that are available for feedback as part of the draft RFP package are:� Draft Statement of Work (SOW), draft CDRL Exhibits and 1423�s, draft Section L, draft Section M, draft DD254, CCS Block 10.2 GFE list, and draft Bidder�s Library. Instructions to Receive Draft RFP: Companies interested in receiving the draft RFP documents shall provide the below information to validate the organization�s ability to receive program classified data to the POCs identified below. Based on the Government�s review of the information provided, the Government will either provide the Meadowlands draft RFP documents to the Company with instructions on handling/controlling the documents or be notified that the company is not eligible to receive the documents. Submitter's Name (and Parent Company, if applicable), Mailing Address, Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) Identification Number, Top Secret//Sensitive Compartmented Information (TS//SCI) cleared Point of Contact (POC) Name/Telephone number/ and TS//SCI email address. Summary of Company�s ability to execute Top Secret/Sensitive Compartmented Information contracts by confirming they have TS//SCI cleared personnel, facilities, and Information Technology infrastructure. Evaluation Criteria:�The Government requests input regarding the draft evaluation topics being proposed by the Government.� The Government anticipates evaluating the offeror�s technical execution and experience, production approach, the offeror�s approach to meeting requirements driven by required security clearances, the proposed cost to accomplish the production effort and the offeror�s ability to meet Government small business goals. �These criteria are notional, and the Government may add, remove, or change the criteria before the RFP is released. Contract Type and Contract Line Item Number (CLIN) Structure:�The contract structure is divided into two contract types: 1) the production of Meadowlands systems to include associated critical spares; and 2) limited engineering and sustainment studies to address any obsolescence of parts or defective property. �The Government is considering using a Fixed Priced Incentive Fee contract type for the production effort and a Cost-Plus Fixed Fee contract type for the engineering and sustainment studies. Information Requested: � Interested offerors/vendors are invited to submit comments to the Government to ensure the draft Request for Proposal is understood and clear for any potential offerors to bid on the work contained.� The Government�s intent is to submit an RFP for the work described in the draft RFP.� Any feedback or clarification requested will help us to ensure that the submitted RFP accurately and clearly describes the intended work to meet the Government�s requirements. The Government welcomes industry feedback with respect to contract type and CLIN structures, draft Section L and M, draft model contract, SOW, CDRLs, DD254, and Bidders Library. All information received in response to this draft RFP that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. SMC/SP will not be obligated to pursue any particular acquisition alternative as a result of this draft RFP. Submitted questions shall be no more than 10 pages in length, single spaced, use 12-point Times New Roman font, pages will be 8.5 by 11 inches, with 1-inch margins. A cover page will not count against the 10-page limit.� Please identify which document the comment is being made against. Interested contractors should identify any actual or potential Organizational Conflicts of Interest. This is especially critical if a company is presently supporting the Government through an Advisory and Assistance Services (A&AS) contract. This shall not count against the page limit. SMC/SP has entered into contracts for support services with contractors and subcontractors including but not limited to: The Aerospace Corporation, AT&T, SAIC, Rickman Systems Engineering, Ark Government Solutions Inc, Fig and Associates LLC, MCR LLC, ManTech, and Tecolote Research Inc. These companies support the program office by performing technical reviews, systems engineering and integration analyses, cost estimation, security, and other advisory services. Respondents are hereby notified that all responses will be provided to our support contractors. If a respondent disagrees with the release of its draft RFP response to any of the aforementioned firms, respondent must clearly state this restriction in the cover letter accompanying their response. Restriction on foreign firms:�Foreign firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level. The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq.). Request certification and registration from the Defense Logistics Services Center (DLSC), Federal Center, 74 north Washington, Battle Creek, MI 49016-3412 as soon as possible. Submission Details:�Interested offerors/vendors are invited to submit a written response to the points of contact identified below, no later than the closing response date cited in this announcement. Interested parties that wish to submit a classified SOC may contact the Security POC listed a minimum of 3 days prior to the established deadline. Please ensure enough time to coordinate clearance verification and media transfer when submitting classified SOCs. Points of Contact: Contracting Officer: Mr. Isaac Thorp, isaac.thorp@spaceforce.mil� /�Contract Manager: Capt Ryan Tagatac, ryan_mark.tagatac.3@spaceforce.mil /�Program Manager: Capt Cameron Webster, cameron.webster@spaceforce.mil / Deputy Chief of Contracts: Ms. Doreen Barnett, doreen.barnett@spaceforce.mil Security POC: Mr. Edward Moreno, (310) 653-3261, edward.moreno.1@spaceforce.mil Secondary Points of Contact: Capt Gabriel Hribik, gabriel.hribik@spaceforce.mil /�Mr. Noah Merica-Jones, noah.mericajones.3.ctr@spaceforce.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/78d59c69ed634e99a6ef3183c9dec712/view)
 
Record
SN05868752-F 20201210/201208230139 (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.