Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2002 FBO #0371
SPECIAL NOTICE

D -- Midcourse Space Experiment (MSX)

Notice Date
12/6/2002
 
Notice Type
Special Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 300 O'MALLEY AVE., SUITE 49, Schriever AFB, CO, 80912-3049
 
ZIP Code
80912-3049
 
Solicitation Number
FA2550-03-R-0004
 
Point of Contact
Richard Cournoyer, Contracting Specialist, Phone (719)567-4090, Fax (719)567-3153, - Karla Weaver, Contracting Specialist, Phone (719)567-4867, Fax (719)567-3153,
 
E-Mail Address
richard.cournoyer@schriever.af.mil, karla.weaver@schriever.af.mil
 
Description
This is Notice of Proposed Contract Action Synopsis. There is no solicitation available at this time. Requests for a solicitation will receive no response. This Proposed Contract Action is published to notify potential sources that this is anticipated to be a follow-on contract to a sole source contractor, capable of providing specific telecommunication network support to Air Force Space Command's 50th Space Wing for the Mid-course Space Experiment (MSX) satellite. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. MSX is sun synchronous and in Low Earth Orbit (LEO) 900km altitude at a polar inclination. Communication is currently via Air Force Satellite Control Network and antennae located at the Johns Hopkins University Applied Physics Laboratory, where the current contract is being performed. On-going MSX operations include: (1) Program Management: The contractor will be required to implement a management system that includes allocation and control of resources, tracking and reporting of costs and progress, and preparation of program-related documentation. The contractor will be expected to provide direct management of MSX on-orbit operations and Contamination Experiment Instrument(s) data processing, provide financial and status reporting, and establish, maintain, and control schedules; (2) Support the MSX Mission Operations Center (MOC): The contractor shall operate and maintain the MSX MOC and perform On-Orbit Operations, operate the Satellite Control Facility (SCF), Mission Control Center (MCC), Attitude Processing Center (APC), Operations Planning Center (OPC), and Mission Processing Center (MPC). The contractor shall provide Mission Control Team (MCT) support for the MSX MOC, maintain configuration control of MOC equipment and procedures, provide maintenance of MOC equipment, provide support of transfer of data generated in the MOC to the Advanced Missile Signatures Center (AMSC) and the Missile Defense Data Center (MDDC) in accordance with approved secure procedures, provide routine health and status monitoring of spacecraft; (3) Support Operations Planning: The contractor shall provide Operations Planning Team (OPT) support for the MSX MOC, provide planning for on-orbit operation of MSX, and execute experiment plans in coordination with AFSPC assets; (4) Support the MSX Engineering Support Team: The contractor shall provide technical support to the spacecraft engineering team for the investigation and resolution of on-orbit spacecraft anomalies, in addition to routine health and status monitoring, and processing of the Contamination Instrument Complement Data provided by the MPC to convert it to a form suitable for analysis and distribution to the AMSC; (5) The contractor will be required to provide 1 SOPS personnel with satellite training, to teach 1 SOPS engineers the specifics of MSX satellite subsystem design and operation. The desired period of performance for the services described herein is anticipated 28Jun01 through 30Sep01, with four one-year options to follow. The contractor shall attend meetings, conferences, program reviews, and technical interchanges in support of MSX mission execution; and (6) The Contractor must have their own ground system (CCS) in order to control and operate the satellite. There are no geographical restrictions; however, the Contractor must establish connectivity with the Air Force Satellite Control Network (AFSCN) and with Schriever AFB. This requirement is for daily operations and support. The contractor will be responsible for support twenty-four hours per day, seven days per week. The North American Industry Classification System (NAICS) code for this requirement is 517910 "Other Telecommunications". The responses to this synopsis will be used to confirm that this remains a sole source requirement. This notice is not a Request for Proposals (RFP); it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding a follow-on contract. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action Contractors who believe they possess the expertise and experience shall submit technical capabilities in writing to Mr. Rick Cournoyer, 50 CONS/LGCZW, 300 O'Malley Ave, Suite 49, Schriever AFB, CO 80912-3049, or electronically to richard.cournoyer@schriever.af.mil. See Note 25 and 26. Voice communications are received at 719-567-3826. Responses must be received not later than COB January 13, 2003. All documentation shall become the property of the Government. Firms responding must indicate the following information: Eligibility to the 8(a) program. Indicate the business size: small business or small disadvantaged business, veteran owned small business or HUB Zone certified, and indicate the appropriate NAICS code. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.
 
Record
SN00218312-W 20021208/021206213530 (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  © 1994-2020, Loren Data Corp.