Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 12,1996 PSA#1614

SMC/TEKO, Directorate of Contracting, 3550 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776

L -- SPACE TEST AND ENGINEERING CONTRACT ONE YEAR FOLLOW ON SOL F29601-96-R-0010 POC Contracting Officer, Maria E. Chavez-Mann, 505/846-6878; Technical POC Capt Jeff Mich 408/752-6923. The government intends to issue a one year follow-on contract to the incumbent, Lockheed Martin Technical Operations to complete the services they are currently providing. Lockheed Martin Technical Operations is currently assisting in the development, installation, and checkout of the RDT&E support complex (RSC). Space and Missile Systems Center, Space and Missile Test & Evaluation Directorate (SMC/TEO), otherwise known as Detachment 2, SMC, requires the services listed below. The planned effort includes the following areas: (1) technical support for all planning, readiness, launch, on-orbit test & evaluation operations, transition support, and analysis activities required to exploit unique high risk experimental and developmental spacecraft, ballistic missiles, and boosters, (2) the management and operations of specialized space test operations facilities: including the test support complex (TSC) at Onizuka ASN, Sunnyvale, CA, and the SMC demonstration laboratory at Falcon AFB, Colorado Springs, CO, (3) systems management/engineering to include, operational requirements definition, coordination of technical solutions, user acceptance testing, mission unique system modifications, and system tool implementation on the following specialized space test operating systems, a) assist in the development, installation, and checkout of the RDT&E support complex (RSC) at Kirtland AFB, Albuquerque, NM, b) the COTS software, open architecture command and control system developed at Det 2's Center for Research Support at Falcon AFB, c) the main frame based command and control system developed and supported by SMC/CW and known as CCS, and d) communications links to satellite control networks including the Air Force Satellite Control Network (AFSCN), Eastern Test Range (ETR), Western Test Range (WTR), and spacecraft and booster contractor facilities. (4) interface support to satellite launch and control ranges including the AFSCN, ETR, WTR, (5) support for the activation and test & evaluation of operational satellite programs, (6) programs security support to include OPSEC, COMSEC, and product security, (7) training support for efforts on this contract and conduct of satellite operational training for the test and evaluation operations personnel. This training support includes, a) analyzing space test and development support training requirements, b) developing initial and recurring training support materials and c) conducting training and certification classes for personnel supporting space test operations. The estimated period of performance of the proposed contract is anticipated to be a 12 month, level of effort commencing 01 October 1997. The level of effort will be a cost plus award fee contract of approximately 150,000 hours of technical service with a 100% option hour surge capability within the 12 month period of performance. The effort of the STEC follow-on will, over the course of the 12 months, be transitioned from OAS to KAFB. In order to reduce the high mission risk to the government during the change in operating systems & locations, and to maximize competition, the Air Force proposes to satisfy its requirements in two separate contractual actions. This notice of contractual action is for the follow-on to the existing contract F04690-92-0529. This notice of contractual action will be followed by a sources sought for a 5 year contract (1 year basic with 4, one year options). The expected period of performance for the 5 year contract will commence on 01 October 1998. The 5 year competition can not occur at this time due to the inability of the government to accurately define the requirements because of system transition, the lack of a stable operating baseline, the lack of defined operating processes, the lack of system characterization to create training, and physical relocation of the operating system. Those interested in the one year continuation of services are to provide a statement of capability. The statement of capability (SOC) for the 1 year continuation of services contract number F04690-92-0529 will be evaluated on all task areas with emphasis on the following: Mission planning, orbit management, program management, systems management/engineering, real-time command and control, spacecraft anomaly resolution, spacecraft data analysis, preparation for and conduct of launch and early orbit operations, activation and test of new spacecraft and ground systems at multiple locations, support to the development of new spacecraft, space operations training, and programs security. Past experience required includes: (1) demonstrated on time and within budget fulfillment of prior contractual commitments, (2) demonstrated good commercial practice for the administration, control and performance of contractual requirements, and (3) related recent activities similar to those above. The contractor shall provide evidence of qualified individuals and past experience with regards to the above areas. All personnel supporting this contract must be U.S. Citizens and possess at least a Secret security clearance. The contractor must have the ability to obtain a Top Secret Facility Clearance at contract award. The contractor must demonstrate that at least 20% of the supporting personnel have a favorable Special Background Investigation dated 01 October 1993 or later at contract award. The support efforts will occur principally, but not solely, at the following three work locations: Kirtland AFB, NM, Onizuka ASN, CA, and Colorado Springs, CO area principally at Falcon AFB, CO. Support may also be required at locations such as AFSCN sites, contractor facilities, and AF & DoD program offices. The qualifications response shall be limited to a maximum of 15 pages not including resumes. Submit only unclassified information for evaluation and consideration. Submit qualification response, Original to: SMC/TEKO (Maria E. Chavez-Mann), 3550 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776. One copy to: Det 2, SMC/PM (Capt Jeff Mich) 1080 Lockheed Way, Onizuka ASN, Sunnyvale, CA 94089. Interested contractors must indicate whether their interest is as a prime or subcontractor. Respondents will not be notified of the results of the evaluation of information submitted. This is not a Request for Proposal. The government does not intend to award a contract on the basis of information submitted nor otherwise pay for information solicited. Foreign firms should be aware that restrictions may apply which preclude participation in this acquisition. Replies to the SOC must reference RFP number F29601-96-R-0010 and be received no later than 3:00 PM Mountain time and 3:00 PM Pacific time on 1 Jul 96. The solicitation will be released on or about 30 Aug 96. Interested contractors must indicate whether they qualify under Standard Industrial Code 8731, Size standard 1000 employees, as a small business, 8(a), or a historically black college or university or minority institution. The government reserves the right to set-a-side these services for 8(a) program, small business, or historically black colleges and universities/minority institutions based on responses to this synopsis. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the Program Director or Contracting Officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Before contacting the Ombudsman, potential offerors should first communicate with the Contracting Officer. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact the PL Ombudsman, Col James D. Ledbetter, Phillips Lab Vice Commander at (505) 846-4964, or at 3550 Aberdeen Avenue SE, Kirtland AFB NM, 87117-5776. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. For contracting issues please contact Maria E. Chavez-Mann at 505/846-6878. For technical issues, please contact Capt Jeff Mich at 408/752-6923. (0162)

Loren Data Corp. http://www.ld.com (SYN# 0033 19960611\L-0001.SOL)


L - Technical Representative Services Index Page