Loren Data Corp.

'

  
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