Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2003 FBO #0512
SOURCES SOUGHT

A -- Global Positioning System (GPS) III Phase A Contract

Notice Date
4/23/2003
 
Notice Type
Sources Sought
 
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-GPSIII-57
 
Response Due
5/7/2003
 
Archive Date
5/22/2003
 
Point of Contact
William Trombetta, Contracting Officer, Phone (310) 363-6379, Fax null,
 
E-Mail Address
william.trombetta@losangeles.af.mil
 
Description
NOTE: PLEASE SEE THE PDF FILE ATTACHED TO THIS SYNOPSIS (AS AN AMENDMENT) FOR EASIER VIEWING. HQ Space and Missile Systems Center (SMC) is seeking qualified sources to perform system requirements development for the GPS III program and potentially component advanced development. The intended award will include up to 2 Contracts, $20M-25M each, with a 21-29 Month Period of Performance. The purpose of these contracts is to mature the definition of the GPS III program to the System Requirements Review (SRR) level in support of the final selection of a single prime contractor to complete the development of the GPS III system. In addition to completing the SRR, the selected contractor(s) will be required to provide expert engineering analysis of GPS requirements in support of Air Force Space Command (AFSPC) Capabilities Definition Document (CDD) (similar to what was formerly known as the Operational Requirements Document (ORD)) update. After SRR, the Government is planning to conduct a KDP-B milestone review consistent with draft National Security Space (NSS) Policy 03-01 using the products of this effort. This effort may include selected component advanced development to address key design and/or schedule risk areas. Follow-on phases of this program may involve the development, production, test, operations and support of a modified or replacement ground system as well as one or more increments or blocks of satellites. Qualified contractors considering responding to this announcement should have an existing suite of capabilities to simulate and model GPS system performance, highly developed system and segment level architectural concepts and designs, and a strong background in GPS systems engineering, including all GPS interfaces. Offerors must currently 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 award of the contract. All formal responses to this notice must be received by 7 May 2003. All interested offerors should respond with a statement of capabilities in accordance with numbered note 25 below, by either e-mail to GPSIIIinquiries@losangeles.af.mil (if respondents wish to encrypt the electronic correspondence, please contact by e-mail for further details) or mail to: William S. Trombetta, 2420 Vela Way Suite 1866, El Segundo, Ca 90245. 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 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. David Ganger, Phone Number (310) 363-0588. 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 (see http://www2.eps.gov/Numbered_Notes.html): 8, 13, 25, 26
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/SMCSMSC/Reference-Number-GPSIII-57/listing.html)
 
Place of Performance
Address: As required.
 
Record
SN00310758-F 20030425/030424065149 (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.