Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2004 FBO #1122
SOURCES SOUGHT

D -- GPS Support Center

Notice Date
12/20/2004
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, CO, 80912-2116
 
ZIP Code
80912-2116
 
Solicitation Number
0001
 
Response Due
1/7/2005
 
Archive Date
1/22/2005
 
Point of Contact
Patricia Davies, Contracting Officer, Phone 719-567-3847, Fax 719-567-3153, - Patricia Davies, Contracting Officer, Phone 719-567-3847, Fax 719-567-3153,
 
E-Mail Address
patricia.davies@schriever.af.mil, patricia.davies@schriever.af.mil
 
Description
Global Positioning System (GPS) Support Center (GSC). Notice to Interested Parties. This information is being provided to do a survey of industry to see if there are any potential contractors, in addition to the incumbent, who have the skills, knowledge and expertise required to support this effort. This synopsis is a Sources Sought Notice ONLY. This IS NOT a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided by industry to the Government as a result of this sources sought notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government’s use of such information. The information obtained from industry’s response to this notice may be used in the development of an acquisition strategy and future RFP. All information will be available for public viewing on FedBizOpps at http://www.eps.gov. It is the responsibility of interested parties to monitor and review this site frequently for any updates, changes, or amendments to this notice. Set-Aside Status: This Sources Sought Notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All large and small businesses capable of providing these services are encouraged to respond. Respondents to this notice must indicate whether they qualify as a small business under NAICS Code 541330 with a size standard of $23M. Small business respondents shall indicate whether they are a small disadvantaged business, 8(a), Hub-Zone certified, woman-owned, or Historically Black College or University. The results of market research will assist the Government in making a determination regarding whether to set-aside any resulting procurement for small businesses. Based on the results of market research, the Government reserves the right to set aside this requirement for small business. Requests for further information: Only written requests for information regarding this notice received directly from the requestor are acceptable and should be directed to the Contracting POC, Jean Olsen, at the address listed below. Telephone requests WILL NOT be accepted. Overview: The 50th Contracting Squadron at Schriever Air Force Base (SAFB), Colorado, seeks potential sources to provide high fidelity products, computer simulations, and information including detailed GPS performance assessments tailored specifically for the use of DoD and theater warfighting forces in support of the 2nd Space Operations Squadron (2 SOPS), Global Positioning System Operations Center (GPSOC) under Air Force Space Command, 50th Space Wing. These products are intended as decision-making tools in the operational planning and execution process. The GSC shall provide monitoring of the performance of the GPS constellation and its constituent subsystems. The GSC shall respond to DoD, United States Coast Guard (USCG) Navigation Center (NAVCEN), and Federal Aviation Administration (FAA) National Operations Control Center (NOCC) problem reports and requests for information, and coordinate the collection, analysis, and distribution of information related to all GPS related anomalies on behalf of the 50 SW. Description of Action: The 50th Space Wing (50 SW) intends to acquire on-site technical GPS satellite communications support services for the GPS Operations Center (GPSOC). The GPSOC concept brings together in one organization all of the expertise, data fusion and visualization capabilities, security clearances, and performance information required to maintain, operate and employ GPS to produce any desired effect across the full spectrum of conflict. Specifically, this concept will bring together, under one umbrella, all of the disparate segments of the GPS operations, analysis and Navigation Warfare environments to form a single effects based center capable of optimally supporting Joint Vision 2020’s goal of full spectrum dominance and in full compliance with all national and international civil requirements. The heart of the Center's effectiveness lies within its diverse personnel -- the GPSOC will be manned by representatives from across the DoD, DOT and allied military forces to create a unique operations center unlike any that currently exists at this echelon of command within the DoD. The overarching mission of the GPS Operations Center will be to operate, employ and maintain the Global Positioning System to produce a desired effect in support of military and/or civil operations across the full spectrum of conflict. The key aspects of this effects-based GPSOC concept are: · Optimized constellation operations fully synchronized and supportive of SPACEAF and Combatant Commander's needs and operational priorities. · Robust, real-time performance monitoring and reporting ensuring a common operating picture and full situational awareness across all echelons of command. · Full integration, coordination and deconfliction of NAVWAR operations with routine military and civil operations for maximized impact and minimal collateral effects. · Direct and immediate access to an entire range of time critical GPS products and services designed to leverage the effectiveness of operations reliant on GPS services. · Rapid identification, isolation, and resolution of user reported outages or interference. The GPS Operations Center is key to delivering world class GPS user support. It serves as the focal point for GPS interference reporting and resolution and as the joint center of GPS expertise for warfighting support. The GPSOC has three main objectives: (1) detect, analyze, report, and resolve GPS anomalies, (2) monitor and report GPS performance, and (3) provide GPS status, constellation status, and tactical support. The GPS Support Center (GSC) will provide high fidelity products, computer simulations, and information including detailed GPS performance assessments tailored specifically for the use of DoD and theater warfighting forces. These products are intended as decision-making tools in the operational planning and execution process. The GPSOC will provide monitoring of the performance of the GPS constellation and its constituent subsystems. It will respond to DoD, United States Coast Guard (USCG) Navigation Center (NAVCEN), and Federal Aviation Administration (FAA) National Operations Control Center (NOCC) problem reports and requests for information, and coordinate the collection, analysis, and distribution of information related to all GPS related anomalies through the 50 SW command structure. Areas of Qualifications/Capabilities: Respondents must demonstrate a thorough understanding of the GPS system and the 2 SOPS mission. The support requires an in-depth knowledge of the GPS CONOPS, and the various types of data transmitted by each spacecraft to support various categories of users and missions. Core personnel must have an extensive background in the tools used by the GPS system to ensure the continuous availability and accuracy of the Position, Velocity and Time (PVT) information which is broadcast to all users of GPS. This understanding is necessary for reporting GPS system performance predictions and analysis to a wide range of customers consisting of US armed forces, coalition and allied forces as required, Dept of Homeland Security through the United States Coast Guard (USCG) Navigation Center (NAVCEN), Dept of Transportation through the Federal Aviation Administration (FAA) National Operations Command Center (NOCC), foreign equivalents, and other organizations or agencies as required. The support requires an in-depth knowledge of Precise Positioning Service (PPS) monitoring and analysis to include positioning accuracy, range domain accuracy, service availability, and time transfer accuracy. Respondents must have the ability to translate raw performance data, and process the data, to support the creation of several vital types of products for use within the GPSOC and other Ops Centers, and for customers worldwide via the GPSOC GPS Information Service. Specifically, the data is used to create real-time situational awareness products and performance assessment products to ensure that the system is performing optimally and that all military and civil requirements are being met. Significant portions of the sub-tasks contained within this mission area are of a non-routine nature and demand a high level of system knowledge and expertise. Anomalies within the ground based orbit determination system, the remote monitor stations, or on-board the spacecraft's navigation payload must be immediately detected, isolated, and resolved to protect the accuracy and integrity of the service provided to users. In order to provide global and regional performance predictions a high degree of expertise in using the following tools: Dilution of Precision (DOP), Estimated Range Deviation (ERD), Navigation Solution (NAVSOL) is required. Respondents are required to analyze, report and coordinate all user reported GPS anomalies and interferences for anomaly resolution. They will also provide post-mission GPS performance assessments tailored to the users specifically identified geographic region(s) or coordinates. Continuous 24/7 support is required from the GPSOC Contractor to ensure the capability to respond to significant anomalies or failures that may emerge requiring GPSOC resources to solve in a timely or urgent manner. Incumbent Contractor: Overlook Corporation, currently performs GPS Support Center services under the Office of the Assistant Secretary of Defense (OASD) Contract #DASW01-01-D-0005. Performance Information: The core support personnel will be required to work with day-staff on-site at Schriever AFB, Colorado Springs, Colorado. Ability to work at the Top Secret/SCI security level is mandatory. Contractual effort is contemplated to be a Fixed-price Level of Effort (FPLOE) contract with a base performance period of base year with options. Statement of Capability (SOC) Submission: Responses are due by 07 January 2005, 4:00pm Mountain Standard Time. Submitted information shall be UNCLASSIFIED. Respondents should be aware that the majority of resources must be employed within a Restricted Area and Secret environment. A statement must be addressed by respondents as to the ability to provide the personnel to perform support at the Top Secret/SCI level. The SOC shall contain company information to include point of contact information, company background, and pertinent and specific information addressing relevant technical capabilities in the following areas: (1) Expertise and/or the ability to demonstrate technical knowledge of GPS current and future programs; for example, new emerging GPS capabilities. (2) Expertise and/or the ability to demonstrate relevant experience in using tools to provide predictions and analysis of the GPS mission. (3) Experience in classroom instruction. (4) Resume of capabilities and related experience of core personnel. Company’s standard format is acceptable; however, please limit responses to no more than 10 single-sided pages, excluding resumes. Resumes shall not exceed one page each. Regarding resumes, submittal of names, professional qualifications and specific experience of all personnel who may be assigned, may be included to enhance our consideration and evaluation of the information submitted. Interested parties must include a brief description of relevant contract experience offered to the Government and to commercial customers. Include contract number and description, magnitude, and points of contact for each example provided (name of the point of contact, address, e-mail, telephone number, fax number, and the company's web page, if applicable). Responses referencing this notice may be submitted by mail, fax or e-mail Attention: Jean Olsen. Address postal or parcel delivery to: 50CONS/LGCZB, 210 Falcon Parkway, Suite 2116, Schriever AFB CO 80912-2116; direct fax transmission to: 719-567-3153 (DSN 560-3153); or direct e-mail to: jean.olsen@afspc.af.mil or patricia.davies@schriever.af.mil. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 1Megbyte in size and only non-executable attachments such as .doc or .pdf files) as well as any other appropriate network security measures. It is the submitter’s responsibility to verify the package was delivered or e-file was received and can be viewed. All responses must address each of the stated requirements. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/50CS/0001/listing.html)
 
Place of Performance
Address: Schriever Air Force Base, Colorado
Zip Code: 80912
Country: USA
 
Record
SN00724127-F 20041222/041220212049 (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.