|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1995 PSA#1304HQ Space and Missile Systems Center, SMC/CWK/155 Discoverer Blvd.,
Suite 1062/Los Angeles AFB, CA 90245-4692 A -- AIR FORCE SATELLITE CONTROL NETWORK (AFSCN) COMMAND AND CONTROL
SEGMENT UPGRADE Sol. F04701-95-R-0021. POC: Technical Information POC:
Lt Guy Mathewson, SMC/CWG and Contractual POC: Lt Randy Culbreth, both
at,/155 Discoverer Blvd., Suite 1062/Los Ageles AFB, CA
90245-4692/fax(310)363-1506/Contracting Officer: Jeffrey W. Dedrick
(310)363-6558/phone,/155 Discoverer Blvd., Suite 1380/Los Angeles AFB,
CA 90245-4692/. This is a correction to the original Commerce Business
Daily Announcement published 13 Mar 95, please note the industry
briefing will be held 21 Mar 95 instead of 6 Mar 95. The Satellite and
Launch Control Program Office (SMC/CW) has a requirement for
engineering services to develop, integrate, and sustain upgrades to the
Command and Control Segment (CCS) of the Air Force Satellite Control
Network (AFSCN). This requirement was originally identified by SMC/CW)
in an industry briefing on 6 Dec 94 conerning future development,
sustainment, and integration efforts for the AFSCN. At the industry
briefing SMC/CW announced that its acquisition strategy for upgrading
and improving the AFSCN will involve five separate contracts, one each
for CCS sustainment, CCS Development, Range and Communications
sustainment, Range and Communications development, and Netowrk
integration. The following synopsis is only for the CCS development
contract. The upgrades will consist of two components, Network
Operations and Satellite Operations. Network Operations will provide a
scheduling, control, and statusing function for all Common User
Element (CUE) resources. Satellite Operations will integrate a CUE
Telemetry, Tracking, and Commanding (TT&C) Standard system into the
AFSCN. The successful offeror will also be responsible for providing
on-site operations and maintenance support at Falcon AFB, CO and for
performing directed studies and tasks in the area of satellite command
and control systems. The period of performance is approximately five
years. Interested, qualified sources are invited, but no required, to
submit an unclassified Statement of Capability (SOC) not to exceed 15
single-sided pages in length (12 pitch font) within ten working days of
publication of this synopsis. The SOC must include, on the first page,
a statement of the source's level of interest (e.g., prime contractor,
subcontractor, information copy of solicitation). Commercial brochures,
if applicable, are acceptable and do not count against the page limit.
The SOC should clearly address the following minimum requirements: 1)
Experience with Network Operations and TT&C systems performing
functions, such as, satellite control network resource management,
telemetry analysis, satellite commanding, orbit determination,
satellite payload and mission planning, maneuver planning, operator
training, and experience with the implementation of decision support
systems that facilitate the reduced manpower configurations for any or
all of the above functions, 2) A description of all previously fielded
systems that indicate experiene in developing open,
distributed-architecture systems. Include the number of subcontractors
used and the percentage of Commercial Off The Shelf (COTS) equipment
and software used in each system, 3) A description of all previously
fielded, large computer networks that indicate experience in developing
integrated, multi-site, real-time hardware and software systems.
Include the number of subcontractors used and the percentage of COTS
equipment and software used in each system, 4) Experience providing
operations and maintenance support for fielded systems including, but
not limited to, time coverage, availability level of the system, and
end-user training, and 5) The total costs of each previous contract
identified that indicate the size and level of effort involved.
Companies bidding on this contract must be U.S. based, and personnel
supporting this contract must have a Secret clearance. Several
contractor personnel are required to have a recent favorable Special
Background Investigation. The contractor must possess, or be able to
obtain upon contract award, a Top Secret facility clearance. This
synopsis is for information and planning purposes only; it does not
constitute a Request for Proposal (RFP). Information herein is based on
the best information available at the time of the publication, is
subject to revision, and is not binding on the Government. There will
be an industry briefing on 21 Mar 95 from 1400 to 1600 in Bldg. A1,
room 1062 of The Aerospace Corporation, 2350 E. El Segundo Blvd., El
Segundo, CA, 90245 (on the SW corner of El Segundo Blvd. and Aviation
Blvd.). Eligibility for participating in this acquisition does not
depend upon a response to this notice. Respondents will not be notified
of the results of the evaluation of the information submitted. A draft
RFP is anticipated to be used for industry comment in Jul 95. The
final RFP is anticipated for release in Oct 95. A subsequent
announcement in the Commerce Business Daily will be printed prior to
the issuance of any informaton. The Government will not recognize any
costs associated with the preparation or submission of the SOC.
Technical questions should be addressed to 2Lt Guy W. Mathewson,
SMC/CWG. All contractual questions should be adressed to 2Lt Randy
Culbreth, SMC/CWK. Send SOC submittals (one original and two copies) to
Mr. Jeffrey Dedrick, along with a copy of the SOC cover letter to
SMC/BC, 155 Discoverer Blvd., Suite 2017. (073) Loren Data Corp. http://www.ld.com (SYN# 0011 19950315\A-0011.SOL)
A - Research and Development Index Page
|
|