Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2002 FBO #0042
PRESOLICITATION NOTICE

A -- MILSATCOM Transformational Study with Industry (TSI), PRDA

Notice Date
1/11/2002
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
Reference-Number-14
 
Response Due
2/11/2002
 
Archive Date
2/26/2002
 
Point of Contact
Capt Richard Mayne, USN, Program Manager, Phone (310) 336-4877, - Eileen Pratte, Contracting Officer, Phone (310) 363-1398,
 
E-Mail Address
richard.mayne@losangeles.af.mil, eileen.pratte@losangeles.af.mil
 
Description
A. INTRODUCTION: The MILSATCOM Joint Program Office (MJPO), HQ Space and Missile Systems Center (SMC) is interested in receiving proposals on the research and development effort described in Section B below for the MILSATCOM Transformational Study with Industry (TSI). TSI is a research and development effort being acquired under the procedures of FAR Part 35.016 Broad Agency Announcement (BAA) as supplemented and applicable to Program Research and Development Agreements (PRDA). Proposals prepared in response to this PRDA shall be submitted by 11 February 2002 at 1500 hours Pacific Standard Time (PST), addressed to: HQ SMC/MC; 2420 Vela Way, Suite 1467-A8; Los Angeles AFB; El Segundo, CA 90245-4659; Attn: CAPT Richard Mayne, USN (310) 336-4877. This is an unrestricted solicitation. The government reserves the right to reserve one of the two contracts to small business if they can satisfactorily demonstrate the requisite capability. Offerors must be registered in the Department of Defense Central Contractor Registration database in accordance with Defense FAR Supplement (DFARS) Part 204.7302 to be eligible for contract award. Proposals submitted shall be in accordance with this announcement. Proposals received after the cutoff date specified herein will not be accepted for evaluation. The Government reserves the right to amend this PRDA and offerors should be alert for any amendments that may be published. This notice constitutes the actual solicitation for this requirement. A formal Request for Proposal (RFP) will not be issued, and there will be no other solicitation issued. If Offerors are unfamiliar with PRDA policy and procedures for the solicitation, receipt, evaluation, and selection for award(s) of proposals, see http://farsite.hill.af.mil and http://www.wrs.afrl.af.mil/contract for copies of Air Force Materiel Command (AFMC) FAR Supplement 5335.90 PRDA and 5335.016 BAA, and Air Force Research Laboratory BAA and PRDA Industry Guide, respectively. B. REQUIREMENTS (1) TECHNICAL DESCRIPTION: (a) Introduction: The DoD is transitioning to a fast reaction mobile strike force with increasing reliance on unmanned, autonomous systems. This results in an increased dependence on reliable, timely communication of information across US and Coalition forces. The existing communication infrastructure has served the community well, however a leap in capability is required to meet the rapidly increasing demand for bandwidth and connectivity. A transformational, network-centric communication architecture that leverages commercial, DoD and National developments is required to address these emerging needs with an Initial Operational Capability (IOC) objective no later than FY10. Offeror(s) shall take into consideration the Program Decision Memorandum (PDM IV), 28 December 2001 and the Air Force Scientific Advisory Board Study titled Availability and Survivability of Militarily Relevant Commercial Space Systems. Documents provided upon request. This architecture should support the entire spectrum of end user information exchange (i.e. Intelligence, Surveillance, and Reconnaissance [ISR] sensors, Theater Battle Management Core System(s) [TBMCS], forward observer using Joint Tactical Radio System [JTRS] etc.) across following mission areas: (i) Protected Tactical Services: Anti-jam, low probability of intercept (LPI) and low probability of detection (LPD) capability as a follow-on to the Milstar and Advanced EHF (AEHF) programs. (ii) Wideband Services: Support for protected and non-protected tactical, broadcast, and fixed sites as a replacement or follow-on for Defense Satellite Communications System (DSCS), Global Broadcast System (GBS), and Wideband Gapfiller Satellite (WGS). (iii) Protected Strategic Services: Anti-scintillation, anti-jam, low probability of intercept (LPI) and low probability of detection (LPD) capability for nuclear Command & Control (C2) world-wide as a follow-on to the Milstar, Interim-Polar and AEHF programs. (iv) Data Relay/Retrieval and Command Forwarding Services: support for satellites and high-altitude aircraft and Unmanned Airborne Vehicles (UAV). (v) Narrowband Services: Support for mobile and handheld services as a replacement or follow on for UHF Follow-On (UFO) Mission area. Narrowband Services may be omitted at the discretion of the Offeror if integration becomes problematic, but the offeror(s) must provide rational for the omission. (b) PRDA Objectives: The purpose of this PRDA is to select two contractors to conduct research and development on a range of transformational communication system options during a 4-month (March-June) period after contract award although there is not, however, an obligation created by this notice to award any contract. The study should address the following high-level objectives: (i) Wideband space-to-space and space-to-high altitude airborne communications utilizing a common standard for laser communication. (ii) A network architecture that allows communications between users regardless of platform or terminal type. (iii) Integration of common services that support DoD, NRO, and NASA. (iv) The resulting architecture must not jeopardize current operational capabilities (i.e. requires smooth transition). The new architecture must provide connectivity to legacy systems during the transition period and be launched in a timely fashion to prevent capability/coverage gaps. (v) Be interoperable with Coalition, NATO, and International Partners, to include Wideband, Protected Tactical, and Protected Strategic services, and honor current and pending international agreements. (vi) The system(s) must address known requirements but offer opportunity to meet increasing demand for more bandwidth. All proposed solutions must also be extensible, i.e. able to grow with ease over time, as user needs evolve and leverage commercial ground (i.e. terrestrial fiber) and space assets to the extent feasible. (2) DELIVERABLE ITEMS: The following items are required contract deliverables at the end of the four (4) month period of performance: The final products will be (i) an architectural description and an associated point design of the end-state system(s) capable of being modeled in the SMC Concept Design Center, (ii) a Future Years Defense Program (FYDP)/Life Cycle Cost estimate (2023) by elements (satellite, launch vehicle, terminal, control, etc.) and phase (development, production and Operations and Sustainment [O&S]) spread by year, (iii) a transition plan covering program risk reduction and legacy services, (iv) an integrated program master schedule, and (v) technical interchange meetings (one day) with the Government Transformation Communication Study team(s) every two weeks. Offerors may present proprietary inputs, however final architectural descriptions should not be based on proprietary information. Since the actual Transformational Communication Architecture may be a "best of breed" concept, study products will be made available in future full and open competitions. The Government reserves the right to request that other studies related to transformational communications be conducted on the PRDA contracts. The Government and contractors will separately negotiate the terms for any other studies added to the PRDA contracts. (3) SECURITY REQUIREMENTS: (a) This acquisition will contain classified material. Each PRDA contract will contain a Contract Security Classification Specification (DD254). Work performed under this acquisition may be classified up to and including the SCI level. Offerors must comply with security requirements found in the current AEHF/Milstar System Protection Guide. Offerors must have Facility Clearance at the TOP SECRET level with SCI accessed individuals and facilities. (b) Notice to Foreign-Owned Firms: US procurement contracts for EHF transitional SATCOM studies must be awarded to US companies. Foreign teaming, licensing, or subcontracting is not allowed. Proposals that contain only DOD collateral classified information will be submitted to SMC/MC (ATTN: CAPT Richard Mayne, USN). Government delivery instructions for proposals will be provided at a later date. Proposals that contain SCI information will be submitted through appropriate SCI channels (SMC Special Security Office; ATTN: Pass to SMC/MC). (4) GOVERNMENT BUDGET: The Government's estimated budget for this PRDA effort is $3.2M divided into two contracts of $1.6M. If additional funds become available, the Government reserves the right to either: (i) modify the scope of work on existing PRDA contracts or (ii) award additional PRDA contracts. Only those contractors that previously submitted proposals in response to this PRDA solicitation may be considered for additional contracts. C. ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of this PRDA effort is expected to be 4 months from contract award. However, the Government will reserve the unilateral right to extend the period of performance no more than an additional six months. (2) Expected Award Date: March 1, 2002. (3) Type of Instrument: PRDA contract with contract type of Firm Fixed Price - Level of Effort. (4) Bidders' Library: All documents identified herein and required by Offerors can be obtained from the MILSATCOM Innovation Center. POC is Dr. Scott Stadler, at (310) 336-4775. POCs for SCI information are NSSA - Lt Col Pete Axup (571) 432-1325 and NRO - Lt Col John Murphy (703) 808-4506. This PRDA is also accessible via a Government web page at http://www.FedBizOpps.gov. (5) Government Furnished Services: None. No Pre-Proposal Conference will be conducted. D. PROPOSAL PREPARATION INSTRUCTIONS: (1) GENERAL INSTRUCTIONS: Potential Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-1(e), Instructions to Offerors-Competitive Acquisitions, to any restrictions on disclosure and use of data contained in their proposals. Proposals shall be valid for a minimum of 90 days. Proposals must reference the PRDA number 02-14. Proposals shall be submitted in an original (clearly identified as such) and five copies, plus one electronic copy. The electronic proposal copy must be compatible with Windows 98 and as applicable, be submitted using the following programs: Microsoft (MS) Word 2000 (PDF format acceptable), MS Excel 2000, MS Project 2000 and MS PowerPoint 2000. Electronic copy shall be on 3.5-inch diskette, compact disk (CD) or 100mb-zip disk. Proposals submitted shall be considered against the criteria set forth herein. Offerors are advised that only the Contracting Officer is legally authorized to contractually bind or otherwise commit the government. The Government may choose to procure all, part, or none of an Offeror's proposal. (2) ORAL PRESENTATIONS: Oral presentations will not be authorized. (3) PRICE PROPOSAL: Since adequate price competition is anticipated, cost or pricing data is not required in accordance with FAR 15.403-1. Should adequate price competition not be obtained, the Contracting Officer may request submission of cost or pricing data at a later date. The Offerors should plan for four trips to Washington D.C and Los Angeles each over the duration of the study. (4) TECHNICAL PROPOSAL: Offerors shall identify in the technical proposal, in accordance with the format specified at Department Of Defense FAR Supplement 252.227-7017, any use or disclosure restrictions asserted on technical data to be delivered under this contract. The technical proposal shall consist of two primary sections. The first section will describe the study plan/approach. The second section will describe the Offeror's ability to perform the PRDA consistent with the evaluation criteria for Team Strengths. This section will include examples of recent, relevant activity in this area and a description of key team members (including subcontractors), their role on the team, their qualifications, and current status with respect to the prime Offeror (i.e., currently working for contractor on another project, current subcontractor on other related project, preliminary discussions with subcontractors, etc.). (5) VOLUMES/PAGE LIMITATIONS: (a) Volume 1 (Technical). The proposal will include chapters for Executive Summary, Technical Proposal, and Other Contract Documentation. Chapters have the following page limitations: Executive Summary (1 page), Technical Proposal (20 pages), and Other Contract Documentation (unlimited). The Other Contract Documentation category shall be separately tabbed and includes the SOW, and Draft Performance Specification(s). (b) Volume 2 (Price Proposal) Unlimited pages. (c) Page limitations shall be treated as maximums. When both sides of a sheet display printed material, it shall be counted as two pages. Each page shall be counted except the following: (1) Cover Pages, (2) Table of Content; (3) Tabs; and (4) Glossaries. (d) Format: Page size shall be 8.5 x 11 inches, single spaced and text shall be no less than 12 point font size. Tracking, kerning, and leading values shall not be changed from the default values of the word processing or page layout software. Use at least one-inch margins on the top and bottom and one inch side margins. Pages shall be numbered sequentially by volume. (e) Other documentation: Legible tables, charts, graphs and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible and shall not exceed 11 by 17 inches in size. Foldout pages shall fold entirely within the volume and may only be used for large tables, charts, graphs, diagrams and schematics; not for pages of text. Foldout pages will be counted as two pages. If foldout pages have print on both sides, the foldout will be counted as four pages. For tables, charts, graphs and figures, the text shall be no smaller than 10-point font size. (f) Binding and Labeling: The proposal should be separately bound in a three-ring loose-leaf binder that shall permit the volume to lie flat when open. Staples shall not be used. A cover sheet should be bound in each book, clearly marked as to volume number, title, copy number, solicitation identification, the offeror's name and any restrictive markings for data enclosed. The same identifying data should be placed on the spine of each binder. E. BASIS FOR AWARD: The PRDA contract award decisions will be based on a competitive selection of proposals resulting from review/evaluation by a panel of Government and non-Government evaluators. Evaluations will be conducted using the following evaluation criteria listed in equal order of importance: (1) Soundness of Approach to meeting the objectives of the PRDA and (2) Team Strengths characterized by a) demonstrated ability to provide broad, innovative, and creative solutions to communications architectures problems across all system domains (i.e. space, terminals, control, networking etc., b) key personnel with high degree of experience and demonstrated innovation. Government evaluators will rank proposals and recommend awards based upon proposal compliance with criteria found in this section. Number of contracts awarded will be based upon availability of Government funds, but the current plan is to award two (2) contracts. F. NOTICE OF USE OF NON-GOVERNMENT EVALUATORS: Offerors are advised that employees of Mitre, MIT Lincoln Laboratory and the Aerospace Corporation will assist the Government in performing evaluations of proposals submitted under this announcement. They will be authorized access to all portions of the proposal data and discussions. This includes access to price evaluations/negotiations data. The resulting contract(s) will incorporate a special contract requirement to allow these employees to review, evaluate and analyze documents generated during contract performance. Potential offerors having objections to non-government personnel evaluating their proposals and/or contract documentation should contact the Contracting Officer prior to submitting their proposals. G. POINTS OF CONTACT: (1) SMC/MC: CAPT Richard Mayne, USN, (310) 336-4877; (2) NSSA: Dr. Dan Shuresko, (571) 432-1300; (3) NRO: Dr. Art Decker, (703) 808-1433; (4) NASA: Mr. Robert Spearing, (202) 358-4780 (5) Contracting POC (Contracting Officer): Eileen Pratte, SMC/PKO, (310) 363-1398 (6) SMC Ombudsman: William E. Orzech, SMC/PK, (310) 363-08
 
Place of Performance
Address: At contractor's facility.
Country: USA
 
Record
SN20020113/00013917-020112090441 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.