Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2021 SAM #7044
SOURCES SOUGHT

99 -- Sources Sought Synopsis: Space Based Space Surveillance (SBSS) Block 10 Follow-on Sustainment

Notice Date
3/11/2021 10:20:57 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
FA8800 DIRECTORATE OF CONTRACTING EL SEGUNDO CA 90245-2808 USA
 
ZIP Code
90245-2808
 
Solicitation Number
Sources_Sought_SBSS_Follow-on_Sustainment
 
Response Due
3/25/2021 2:00:00 PM
 
Archive Date
03/25/2021
 
Point of Contact
Maj Alejandro Sena, Capt Gary Prechtl
 
E-Mail Address
alejandro.sena.2@us.af.mil, gary.prechtl@spaceforce.mil
(alejandro.sena.2@us.af.mil, gary.prechtl@spaceforce.mil)
 
Description
I. PURPOSE/DESCRIPTION 1.� This Sources Sought Synopsis is issued in support of the Space and Missile Systems Center Special Programs Directorate (SMC/SP) solely for information and planning purposes in support of market research being conducted by the SMC/SP to identify capable potential sources for a follow-on contract to the current Space Based Surveillance System (SBSS) Block 10 sustainment services contract.� This Sources Sought is only for the sustainment effort under the existing SBSS Block 10 program, not the SBSS system itself.� Information received will be considered solely for the purpose of determining whether to conduct a competition.� A determination by the Government not to compete based upon the responses to this notice is solely within the discretion of the Government.� This sources sought announcement is not to be construed as a commitment by the Space Force to issue a solicitation or ultimately award a contract.� 2.� This effort will be based on the existing SBSS Block 10 configuration and sustainment requirements with an expected award in 4Q CY21.� This effort is likely to be the final sustainment contract for the SBSS Block 10 system.� 3.� The SBSS Block 10 system is composed of a space segment (SS) and ground segment (GS).� The SS is composed of a bus and optical payload.� The bus systems are controlled by a redundant Spacecraft Control Processors (SCP) which are part of the Command and Data Handling Subsystem.� The SCP controls all other Space Vehicle (SV) bus subsystems including attitude control, propulsion, communications, and power.� The SBSS Block 10 payload processors include redundant Payload Electronics Boxes, the Gimbal Amplifier Assembly, the On-Board Mission Data Processor (OBMDP) and the Solid-State Recorder (SSR).� The GS provides the focal point for Command, Control, Communications, and Computers of the SBSS Block 10 System and is responsible for all aspects of mission and satellite space operations, maintenance, and anomaly resolution.� Many of these critical design pieces are based on proprietary technology, such as: the Spacecraft bus and SV Processor is based on Ball�s BCP2000 technology; the On-Board Mission Data Processor and associated software was developed by Boeing; and the GS is based on Boeing/Iridium architecture, design, and software. 4.� The Government currently does not have the data rights for the proprietary Boeing or Ball technology used in the development, operation, and sustainment of the space and ground segments for the SBSS Block 10 system and the Government will not purchase or obtain these data rights by any other means. 5.� The sustainment contract tasks include, but are not limited to: organizational level maintenance tasks (hardware/software), sustaining engineering and SV anomaly resolution, maintenance data collection, special studies, modifications and upgrades, depot level maintenance tasks (hardware/software), supply support and inventory management, configuration management, technical data management, depot support facility management, and security management. II. SMALL BUSINESS CONSIDERATION 1.� The pertinent NAICS code for this announcement is 541990 with the applicable size standard of $16.5M.� Any business, regardless of size, in this area of expertise is encouraged to submit a Statement of Capability (SOC) to demonstrate the ability to meet the requirements listed above to show that competition would be advantageous to the Government.� Responses from small and small disadvantaged businesses are highly encouraged and the Government encourages teaming/partnering. 2.� Responders to this Source Sought shall indicate whether they are a large business, small business, small-disadvantaged business, 8(a) small business, women-owned small business, HUBZone small business, veteran-owned small business, or service-disabled veteran-owned small business and all applicable North American Industrial Classification System (NAICS) codes.� Interested parties desiring to do business with the Space Force shall be registered in the DoD Central Contractor Registry.� Respondents must specify if they are a U.S. or foreign owned firm.� This acquisition involves data that are subject to export control requirements under the Arms Export Control Act (Department of State) or the Export Administration Regulations (Department of Commerce). III.� SUBMISSION INSTRUCTIONS 1.� Any persons or companies having knowledge of the Space Domain Awareness (SDA) mission area and believes that they are capable of fulfilling a prime contractor role for this program may submit a written response.� The Statement of Capability (SOC) should contain the following information: company name, address, primary POC, an executive technical summary of capabilities mentioned above, and how the interested party would overcome the Government�s lack of data rights to SBSS system.� Potential sources interested in a prime contractor role must possess or be able to obtain a TS/SCI/SAR accredited SCIF to house Government equipment and information and have personnel with current TS/SSBIs clearances. 2.� Responses to this synopsis must be received via email to each POC listed below no later than 25 March 2021.� Responses must be in an electronic format (MS Word 2003 or newer, or PDF) and must conform to 8.5� X 11� page size, 1� margins, and a type 12 font.� Submittals must not exceed 10 pages (single sided) in length.� No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests.� Submittals that contain classified materials must be coordinated with either the primary or secondary points of contact.� Any interested party in this area of expertise may submit a SOC. 3.� The Government is under no obligation to acknowledge receipt of submissions or of the information received, or to provide feedback to respondents with respect to any information submitted under this Sources Sought Synopsis.� The Government will not reimburse any cost associated with submitting information in the SOC response to this market research, nor shall any cost allowed on any Government contract. Primary Point of Contact: Maj Alejandro Sena Contracting Officer Alejandro.sena.2@us.af.mil Secondary Point of Contact: Capt Gary Prechtl Program Manager gary.prechtl@spaceforce.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c2e038d5b96d42d088d45c26f8f0d87c/view)
 
Place of Performance
Address: El Segundo, CA 90245, USA
Zip Code: 90245
Country: USA
 
Record
SN05940690-F 20210313/210311230121 (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.