Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2004 FBO #0792
SOLICITATION NOTICE

A -- Transformational Communication MILSATCOM (TCM) Space Segment through Interim Design Review

Notice Date
8/7/2003
 
Notice Type
Solicitation 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
F04701-03-R-0022
 
Response Due
10/7/2003
 
Point of Contact
1Lt Nikki Thomas, Contracting Point of Contact, Phone (310) 336-4602, - LCDR David Moore, Program Manager, Phone (310) 336-4257,
 
E-Mail Address
nikki.thomas@losangeles.af.mil, david.moore@losangeles.af.mil
 
Description
HQ Space and Missile Systems Center (SMC) intends to competitively award up to two Cost Plus Fixed Fee (CPFF) contracts, with a 24-month period of performance. There are three (3), three (3) month options that may extend the schedule up to 33 months. The purpose of this effort is to mature the Transformational Communication MILSATCOM (TCM) Space Segment through Interim Design Review (IDR). This will establish a design baseline prior the Preliminary Design Review (PDR) and to the initiation of Phase C. A Request for Proposal (RFP) is scheduled to be released on or about 22 Aug 2003 with a 45-day response time. Parties who are interested in the solicitation should contact Lt Nikki Thomas (see contact information below). Additional information, including the draft RFP, is available in the TCM Bidder's Library. The Bidder's Library is available by request only through LCDR David Moore at david.moore@losangeles.af.mil or (310) 336-4257. Offerors that respond to this solicitation are expected to be fully capable of performing in anticipated follow-on development and production efforts. Offerors must be registered in the Department of Defense Central Contractor Registration database (http://www.ccr.gov/) to be eligible for contract award. SECURITY REQUIREMENTS: (a) This acquisition will require access to and processing of classified information up to and including TS security requirements. (b) Notice to Foreign-Owned Firms: Contracts will be awarded only to US companies. Foreign teaming, licensing, or subcontracting is not allowed. Proposals must be submitted with information no higher than SECRET classification. Proposals containing classified material must be delivered/transmitted via normal security procedures IAW NISPOM guidance to the address and point of contact indicated in the DD Form 254. 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 Dr. 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: 26. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (07-AUG-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-JAN-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/SMCSMSC/F04701-03-R-0022/listing.html)
 
Place of Performance
Address: Contractor's facility.
Country: USA
 
Record
SN00510402-F 20040128/040126212850 (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.