Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2024 SAM #8331
SOURCES SOUGHT

99 -- Global Positioning System Contract Segment Sustainment II (GCS II)

Notice Date
9/16/2024 8:46:38 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
FA8823 SUSTAINMENT MCPNT SSC/PKL PETERSON AFB CO 80914-2900 USA
 
ZIP Code
80914-2900
 
Solicitation Number
0909202401
 
Response Due
9/24/2024 11:00:00 AM
 
Archive Date
10/09/2024
 
Point of Contact
Matthew J Buchanan, Chris Cook
 
E-Mail Address
matthew.buchanan@spaceforce.mil, christopher.cook.62@spaceforce.mil
(matthew.buchanan@spaceforce.mil, christopher.cook.62@spaceforce.mil)
 
Description
GCS II Source Sought The United States Space Force (USSF) Space Operations Command, 31st Mission Delta, 31st Sustainment Squadron (SpOC/31STS) and Space Systems Command (SSC), Space Product Support Directorate Contracting Office (PKL), Peterson Space Force Base, CO intends to execute Option Year (OY) 6 and add an additional 3-year extension to the period of performance.� This enables the Next Generation Operational Control System (OCX) transition to a competitive contract after delivery of the OCX GPS IIIF capability. This request extends the GCS II IDIQ ordering period to 31 December 2028, via sole source authority of FAR 6.302-1. There are approximately two dozen system modifications underway or in the planning stage to modernize the�existing GPS Control Segment, the Architecture Evolution Program (AEP). These modifications address known�critical requirement shortfalls in operational capability and cybersecurity areas needed to support the launch and control of the next generation of GPS III satellites. SpOC/31STS believes that, due to its unique position as the sustainer of AEP, developer and operator of the GPS III Launch and Checkout Capability and developer of GPS III satellites, only Lockheed Martin Services LLC (LMS) is capable of performing this work, in accordance with only one responsible source and no other supplies or services will satisfy agency requirements, under the authority of FAR 6.302-1. SSC/PKL intends to execute OY6, CY25, and add an additional 3-year extension to the period of performance to LMS for Sustainment Support Services extending support through December 2028. The envisioned contract action will be structured to continue and conclude those efforts without impacting current critical GPS space and control activities in support of ongoing U.S. and coalition warfighter operations. A. Background: The GCS II sustainment contract is the vehicle SpOC/31STS will use to satisfy the program director's vision and mission. SpOC/31STS is chartered to ensure the Operational Control Segment (OCS) viability until the next generation control segment (OCX) effort completes development and is fielded. This contract provides organization and depot maintenance services to the operational unit. It encompasses, but is not limited to, hardware maintenance, software releases, technical documentation, system administration, cybersecurity, special studies, data collection and anomaly response. GCS II will continue to provide sustainment functions for the GPS Control Segment which includes the Master Control Station (MCS), Alternate Master Control Station (AMCS), GPS Support Facility (GSF), four Ground Antennas (GA), six Monitor Stations (MS), Positional Training Emulator (PTE), GPS Information Network (GIN), Telecommunications Simulator Test Station (TSTS), Consolidated Test Environment (CTE) located at the following locations: Schriever AFB (MCS, GSF, PTE, MS, GIN), Vandenberg AFB (AMCS, LADO Backup, GIN), Kwajalein (GA, MS), Ascension (GA, MS), Diego Garcia (GA, MS), Cape Canaveral (GA, MS), Hawaii (MS), and Colorado Springs CO (CTE). B. Requirements This effort includes providing operations and maintenance support on the test-bed/training suite located at the�contractor's facility and operational systems located around the world. The Contractor provides program�management, risk management, safety and quality management; systems engineering; hardware and software�maintenance; baseline configuration and data management; Technical Order management; planning, design, test, and evaluation for all system baseline upgrades due to new satellite platforms and preplanned system upgrades; programmed depot maintenance; emergency depot level maintenance; operator and maintainer training; system anomaly tracking, investigation and resolution; system trending analysis; equipment and software license obsolescence management; cybersecurity and processing of information assurance activities for network certification and accreditation. Qualified sources must demonstrate the ability to deliver this capability with minimal investment by the�Government. Qualified sources must additionally demonstrate all of the following capabilities: (1) A thorough understanding of the GPS PNT mission, including Kalman filters, message generation and upload, message and signal types, and signal monitoring. (2) A thorough understanding of the GPS II and III payloads, including their interfaces as well as their upload and download message formats. (3) A thorough understanding of and demonstrated performance in delivering satellite control systems with the�highest levels of Cybersecurity protections. (4) Extensive systems engineering experience, knowledge, and background dealing with PNT systems, including system requirements analysis, test and verification, risk management, and system Cybersecurity management. (5) Software and hardware maintenance, including installation and testing of all upgrades on a 24/7 schedule, as required, for the GPS Support Facility (GSF). The GSF provides an environment for crew recurring and positional certification training, integration of new software releases and software maintenance updates into the operational baseline, completion of level 1 software maintenance activities, and associated configuration management/control of these tasks. Also provides maintenance for the Monitor Station Receiver Element (MSRE). (6) Depot level software maintenance and support to include fixes to operational problem reports (PRs), software deliveries, and incorporation of General Officer level priorities for the GPS Control Segment and the GIN. Also provides a test environment (Consolidated Test Environment (CTE), Telecommunication Simulation Test Station (TSTS), and GSF) up to a 24/7 schedule, as required, to test new software releases and upgrades. (7) Organizational level hardware and software maintenance support at the MCS, AMCS, and GIN only;�sustainment program management/support, Cybersecurity; maintenance of an electronic document library; and�infrastructure support functions for the GPS Control Segment and GIN. (8) The labor and materials required to develop, procure, fabricate, integrate, test and install all hardware and�software, as necessary, to complete 3600/3021 modifications to the fielded GPS Control Segment and GIN. (9) Technical Order Management Agency (TOMA) support functions to include configuration management for and incorporate changes, publish and distribute GPS, United States Nuclear Detonation (NUDET) Detection System (USNDS) and GIN Technical Orders (TO). Also provide configuration management for and incorporate changes, publish and distribute GPS and GIN engineering drawings as source data for the TOs. Changes to the drawings and TOs will be driven by user requests, administrative corrections, hardware modifications, and depot level driven changes. (10) Sustaining engineering support to include reliability/maintainability/availability (RMA) data analysis,�obsolescence analysis, equipment/system specific technical assessments, and recurring information assurance (IA) support for the GPS Control Segment, GIN, and test assets/support facilities under contractor control and�responsibility. RMA data analysis results in optimizing operational system performance and identifying high failure equipment items that lower operational availability and need to be considered for replacement. Obsolescence analysis identifies unsupportable equipment/sub-systems also for proactive replacement planning and implementation. Equipment/system specific technical assessments establish an engineering design solution for equipment identified for replacement (from RMA and obsolescence analysis) before implementation using the sustainment modification process. Cybersecurity support is required to maintain Certification and Accreditation (C&A) of our fielded systems, test assets, and contractor controlled support facilities in accordance with Department of Defense directives, while continuously identifying and mitigating current/future threats and vulnerabilities. (11) Depot hardware maintenance support for the GPS OCS and GIN. This support includes performing�Emergency Depot Level Maintenance (EDLM), Urgent Depot Level Maintenance (UDLM), Technical Assistance (TA) for the GPS OCS, GPS communications network, and GIN. It also includes annual Programmed Depot Maintenance (PDM) at the all the GA and MS locations. (12) The necessary program management, supplier/subcontract management, and contracts and pricing for the procurement of hardware spares for the fielded GPS Control Segment and GIN. C. Statement of Capability: This notice does not constitute a Request for Proposal (RFP), nor is it to be construed as a commitment by the�Government to further evaluate capability briefs, release a competitive solicitation, or award a contract. This notice is only seeking potential Prime Contractors, not suppliers of components, materials, software, or services that may be used by a Prime Contractor to deliver this capability. Due to its unique position as the sustainer of AEP, developer and operator of the GPS III LCC, and developer of GPS III satellites, SMC/GP believes that LMSSC is the only source fully capable of performing this work. No other supplies or services will satisfy agency requirements in accordance with (IAW) FAR 6.302-1. Any persons or companies interested in this notice are to respond to the requirements and submit a Statement of Capability�(SOC). The SOC must demonstrate the ability to satisfy all of the requirements listed in Paragraph B for continued GPS Ground segment sustainment support and integration of the Contingency Operations (COps) capability. This effort must be accomplished in coordination with, and not impede, on-going AEP sustainment activities. D. Submission Instructions Information furnished shall include enough detailed documentation to allow the Government to perform a proper evaluation of the respondent's ability to meet the requirements as described above. The Government will use any SOCs received in response to this notice to determine if there is sufficient interest in the marketplace from qualified sources. The Government reserves the right to proceed with the contemplated sole source award. 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. 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. The SOC and all related communications that contain proprietary information should be marked as such. Verbal responses will not be accepted. The SOC shall not exceed ten (10) one sided 8.5-inches by 11-inches pages in length, using fonts no smaller than 12 pitch, with page layout margins set to 1-inch both horizontally and vertically. Responses must be submitted via electronic mail as Microsoft Word or Adobe Acrobat file type attachments. Submit SOC to the Primary and Alternate POC within 15 calendar days of this notice. Responses from all small�business categories are highly encouraged. E. Ombudsman Communicate questions/concerns regarding this acquisition to Contract Specialist, Christopher Cook or Procurement Contracting Officer, Matthew Buchanan. In accordance with AFFARS 5352.201-9101, Ombudsman (JUL 2023), an Ombudsman has been appointed to hear and facilitate the resolution of concerns from Offerors, potential Offerors, and others for this acquisition. If resolution cannot be made by the Contracting Officer, concerned parties may contact the following agency:� Brian V. Ucciardi, Phone: (808) 450-0020, Email: brian.ucciardi.1@spaceforce.mil, Address: SSC/AC PK, Attn: Mr. Brian V. Ucciardi, 483 N. Aviation Blvd, Los Angeles SFB, CA 90245-2808.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f197cd6ab384bcfa23ed8801255134c/view)
 
Place of Performance
Address: Colorado Springs, CO 80914, USA
Zip Code: 80914
Country: USA
 
Record
SN07213165-F 20240918/240916230120 (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.