COMMERCE BUSINESS DAILY ISSUE OF JULY 11,2000 PSA#2639 Ballistic Missile Defense Organization, 1725 Jefferson Davis Highway,
Suite 809, Arlington, VA 22202 A -- SYSTEMS ENGINEERING AND INTEGRATION SUPPORT FOR THE
RUSSIAN-AMERICAN OBSERVATION SATELLITE PROGRAM OFFICE SOL BMDO 00-12
POC PCO: Karen H. Reuter, Contracting Officer (703) 604-4270;
Karen.Reuter@bmdo.osd.mil WEB: BMDO Acquisition Reporting Bulletin
Board, http://www.acq.osd.mil/bmdo/barbb/barbb.htm. E-MAIL: Click here
to contact the contracting officer via, Karen.Reuter@bmdo.osd.mil. The
Ballistic Missile Defense Organization (BMDO), Russian-American
Observation Satellite (RAMOS) Program Office requires systems
engineering and integration (SE&I) support services for the RAMOS
program, a research and development effort intended to foster
cooperation between the U.S. and the Russian Federation (RF). The
system concept consists of two low Earth orbiting satellites that will
provide stereoscopic observations from the ultraviolet band to the
mid-to-long wave infrared band. Under RAMOS, BMDO's contractors in the
U.S. and Russia will produce, launch and operate the satellites and
analyze the resulting observation data. One or more ground stations
will be used to control and operate the satellites. Experiment
planning, operations, data sharing and analysis will be performed
jointly by the U.S. and the RF. The BMDO intends to execute a
Memorandum of Understanding with the Russian Government and contract
directly with the appropriate Russian agency to design, manufacture and
ground test two satellites. The sensors will be designed, manufactured,
and calibrated by Utah State University/Space Dynamics Laboratory. BMDO
intends to procure technical, engineering and scientific services, to
include: (1) Technical Advisory Support, (2) Systems Engineering, (3)
Test and Integration, (4) Joint Operations Support, and (5) Joint
Science Support, as follows. The SE&I contractor shall: (1) Provide
technical advisory support and services to the BMDO RAMOS program
office, to include technical and acquisition management support (2)
Lead the systems engineering and integration product team(s), to
include: design options analysis, requirements development and
documentation, interface control documentation, configuration
management, risk assessment and mitigation, and independent performance
assessment. (3) Support and monitor, test and integration processes and
document and archive test results from initial test planning through
on-orbit performance verification, to include: planning, procedures,
exit criteria, test witnessing, assessment and reporting. (4)
Participate in joint operations, to include: support operations
interface to joint science team, identify operations issues,
oversight/coordination of ground operations (mission planning and
analysis, command generation, execution, data collection, data
reduction, and quick-look analysis). (5) Fully Participate in the Joint
U.S./Russian science team, to include: coordination of experiment plans
and data management plan, data system integrated testing, release of
U.S. data products, data archive products, and independent data
analysis and reporting. Potential SE&I offerors must possess the
following relevant performance qualifications: experience in
observation satellite development, integration, testing, launch, and
operations expertise in the development, calibration, and operations of
space-based infrared sensors for observation experience with
international engineering development programs and export controls(with
prior or current working relationship with Russian entities highly
desirable) Personnel security clearances of SECRET will be required.
Performance of duties will be accomplished in Russia & U.S. with
periods of continuous presence in Russia. The Government intends to
utilize the following streamlined evaluation process: 1. Approximately
ten days before the RFP release, the government will conduct
pre-solicitation "one-on-one exchanges" with offerors expressing
interest. Ten days after RFP release Offerors will be required to
submit non-cost capability information only, consisting of a corporate
experience summary; technical expertise summary; and a technical plan
summary. 2. The Government evaluation team will conduct an initial
evaluation of the non-cost proposal and conduct face-to-face exchanges
with Offerors within approximately one week following receipt of the
capability information by the government. 3. Immediately following
these exchanges, Offerors determined to be lacking a reasonable
probability of award (based on the initial evaluation/exchanges) will
be informed of their low probability of award. All offerors will be
advised of the "capability weaknesses" without discussion of their
relative standing or evaluation factor score. An offeror's withdrawal
from the competition at this point is voluntary. 4. All Offerors who
elect to remain in the competition will be asked to submit the Offer
information (Cost Proposal, Business Proposal, Technical information
and past performance information), although this does not preclude
Offerors with low probability of award from submitting Offer
information. 5. Following the receipt of Offer information, the
Government will complete its evaluation. 6. The Government plans to
award without discussions; however, it reserves the right to hold
discussions if it is advantageous to the Government. This streamlined
source selection process is intended to increase the opportunity of
award without discussion and reduce bid and proposal costs for Offerors
with a low probability of award. The significant evaluation factors for
award will include: Corporate Experience in systems engineering and
integration projects, particularly with regard to satellite integration
experience; multi-contractor (international) relationships; and
schedule maintenance; Technical Expertise in systems engineering and
integration, particularly in the international arena; Technical Plan
for accomplishing integration tasks; Past Performance, and Cost. The
Government contemplates a Cost Plus Award Fee, completion contract,
with a two year base for a Design and Development period, and options
for Fabrication and Assembly; Integration, Testing and Launch; and
On-Orbit Operations and Analysis phases. The draft Statement of Work,
other technical description documents, and RFP information will be
posted, as they become available, to the BMDO Acquisition Reporting
Bulletin Board (BARBB), http://www.acq.osd.mil/bmdo/barbb/barbb.htm .
Any prospective prime contractor desiring to provide a pre-solicitation
technical presentation and engage in communication of their technical
approach or alternate ways to define the Government's requirement,
based on draft requirements documents posted to the BARBB, may contact
Ms. Karen H. Reuter at (703) 604-4270 or Karen.Reuter@bmdo.osd.mil to
arrange a meeting with contracting officials. Pre-solicitation
technical presentations shall be limited to prime contractors only and
shall not exceed two hours. The dates for pre-solicitation exchanges
will be posted on the BARBB. The RFP will be released for full and open
competition with award anticipated for November 2000. RFP requests,
referencing solicitation HQ0006-00-R-0008, Reference Number BMDO
BMDO-00-12 should be sent to Ms. Karen H. Reuter, Ballistic Missile
Defense Organization, BMDO/CTR either electronically at
Karen.Reuter@bmdo.osd.mil or by facsimile at (703) 604-2557. Posted
07/07/00 (W-SN472279). (0189) Loren Data Corp. http://www.ld.com (SYN# 0005 20000711\A-0005.SOL)
| A - Research and Development Index
|
Issue Index |
Created on July 10, 2000 by Loren Data Corp. --
info@ld.com
|
|
|