Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2002 FBO #0182
SPECIAL NOTICE

A -- Global Positioning System (GPS) III Industry Day

Notice Date
5/31/2002
 
Notice Type
Special 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-59
 
Response Due
6/7/2002
 
Archive Date
6/22/2002
 
Point of Contact
2Lt John Enis, Buyer, Phone (310) 363-2793, Fax null, - Capt Tommy Gates, Contracting Officer, Phone (310) 363-1669, Fax null,
 
E-Mail Address
john.enis@losangeles.af.mil, tommy.gates@losangeles.af.mil
 
Description
The Global Positioning System (GPS) Joint Program Office will be holding a GPS III industry day on 13 June 2002 from 0730-1800 hours in Los Angeles, California. Further details will be provided upon registration. Only potential prime contractors with one-on-one meeting appointments need to be present for the afternoon hours (1500-1800). Registration is required for attendance. Please register for this event by contacting 2nd Lt John Enis electronically at john.enis@losangeles.af.mil or by telephone at (310) 363-2793 no later than 7 June 2002. Registration request should include: first and last name, Social Security Number or other proof of U.S. Citizenship, company name, level of interest (prime or sub-contractor), business size and FAR part 19 socio-economic status (such as small disadvantaged), and a copy of DD Form 2345, Military Critical Technical Data Agreement. A nominal fee of $5 per person is required. Due to facility constraints prime contractors are limited to 20 attendees and subcontractors are limited to 5 attendees. Additionally, due to time constraints, the Government intends to limit one-on-ones to potential prime offerors. A pre-solicitation notice will be released at a later date prior to the issuance of any solicitation. PROGRAM OVERVIEW: The GPS III program objective is to develop and deploy an improved systems architecture for the NAVSTAR Global Positioning System (GPS) to assure reliable and secure delivery of enhanced position, velocity, and timing (PVT) signals for the evolving needs of GPS civil and military users. GPS III eliminates numerous existing shortcomings and vulnerabilities inherent in the current GPS architecture that threaten to severely impact vital civil commerce, transportation, public safety, as well as military operations in the future. GPS III enhances U.S. leadership in space-based navigation by meeting the stated Presidential goal of establishing GPS as a world standard. GPS III supports the Federal Radionavigation Plan and will be fully interoperable with all current global radionavigation systems. The GPS III system also incorporates the Nuclear Detonation Detection System (NDS) and provides a potential platform for supporting additional synergistic payloads and services. The contract effort of the GPS III program involves the selection of a single prime contractor to complete the systems engineering, deliver a control segment, and develop, launch and test on-orbit four (4) demonstration satellite vehicles. During this stage, the Government will request space vehicle production proposals and seek formal program approval to field the GPS III system. The Government intends to use an evolutionary development approach. This approach includes using a modular open systems architecture, standard interfaces and protocols, and continuous technology refresh, to incrementally improve system capabilities with a low risk of GPS service interruption. SECURITY REQUIREMENTS (for any resulting solicitation): This effort will require access to and processing of classified information up to and including TS/SCI (Top Secret/Sensitive Compartmented Information) and SAP/SAR (Special Access Program/Special Access Requirements) security requirements. This acquisition involves data that are subject to export control laws and regulations. A foreign disclosure review of the technical data has been accomplished and GPS III technical data are subject to export controls. Therefore, only contractors who are registered and certified with the Defense Logistics Services Center (DLSC) shall be provided copies of any resulting solicitation or other data subject to foreign disclosure restrictions. Contact the Defense Logistics Services Center, 74 Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-888-352-9333) or http://www.dlis.dla.mil/jcp for further information on the certification process. You must submit a copy of your approved DD Form 2345, Military Critical Technical Data Agreement, with your request for the solicitation. PROGRAMMATICS: An Ombudsman has been appointed to hear concerns from potential offerors. The purpose of the Ombudsman is to receive and communicate concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. The Ombudsman will communicate certain offeror issues, disagreements, and recommendations on this acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate an offeror's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the offeror. The Ombudsman will not participate in the evaluation of proposals or the source selection process for this acquisition. The Ombudsman is Mr. Bill Orzech, Phone Number (310) 363-0886. DECLARATION: This publication is for information only and does not constitute a Request For Proposal (RFP), government sponsorship of contractor charges against any government contract for attendance or proposal efforts, or a government promise to pay for any information received in response to this announcement. See Numbered Notes: 26
 
Place of Performance
Address: Los Angeles, CA (details will be provided upon registration).
 
Record
SN00086127-W 20020602/020531213354 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.