Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

J -- Single Channel Transponder Injection Subsystem (SCITS) & ICBM SHF Satellite Terminal (ISST) Support

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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-05-56
 
Response Due
6/3/2005
 
Archive Date
6/18/2005
 
Description
SMC/LGKM, located at Peterson AFB, CO, is contemplating negotiating a twenty-four (24) month, approximately $800K, contract extension on a non-competitive basis with ITT Industries, Systems Division, for continued support and deactivation of the Single Channel Transponder Injection Subsystem (SCITS) & ICBM SHF Satellite Terminal (ISST). The current contract, F04701-00-D-0502, set to expire 17 Aug 05, will be extended to 17 Aug 07 for continued support of services, which include operational problem resolution, configuration control, engineering change proposal preparation, technical data and related engineering, technical and program management, and deactivation activities. Deactivation of the program will begin on or about Jan 07. The SCTIS is comprised of the Command Post Equipment, which is used for the Command and Control, and the Terminal Equipment, which performs signal processing. There are four, fixed operational SCTIS sites world-wide and two sites that are used for operational test and maintenance. SCTIS transmitters are used by command and control centers to send messages to appropriately configured strategic forces, mainly launch control centers and bombers. The Joint Chiefs of Staff depends on the ISST to deliver emergency actions messages to Air Force missile crews. To ensure national defense, the terminals must remain on-line, fully functional and High-Altitude Electromagnetic Pulse protected 24 hours a day. Using the authority of 10 U.S.C. 2304 (C)(1), pursuant to FAR 6.302-1(a)(2)(iii), SMC anticipates that this effort will be available only from the original source. Place of performance is at contractor's facility and site locations. ITT Industries continues to have the proprietary rights to data necessary to support the systems. Accordingly, any other interested source would have to obtain license from ITT Industries. SCTIS/ISST unique resources (facilities, test equipment, technical data, computer Systems, etc.) used to support the systems are the same resources required to provide post-production support. Also, those required assets would have to be duplicated in order for a competitor to perform at an acceptable level. The expense of duplicating unique resources alone is substantially greater than the price of the two-year contract extension, especially considering that deactivation of the program is expected to begin on or about Jan 07. As the sole producer of these systems, ITT Industries is the only contractor possessing the proprietary data, the technical expertise, the equipment, and the documentation required for this sustaining effort. However, interested parties must submit an unclassified Statement of Capability (SOC) within 10 days of this announcement demonstrating proven SCITS/ISST logistics capability, program experience, knowledge, and that continuity and program success will not be compromised. The SOC shall not exceed 10 one-sided pages in length. Response must be submitted by e-mail in electronic form in MS Word 98 or higher or, PDF Format. All responses must conform to 8.5 by 11 inch pages, with font no smaller than 12 point. Verbal responses will not be accepted. This synopsis is for information and planning purposes only; it does not constitute a RFP. A solicitation for this contract extension may or may not be established. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any cost associated with the submission of an SOC. Information received will be considered solely for the purpose of determining whether any prospective credible source other then the incumbent exists. The applicable North American Industry Classification System (NAICS) code is 541710 (1000 employees). Submit all responses to synopsis to: SMC/LGKM, Attn Laureli Mazik, 1050 E Stewart Ave, Peterson AFB, CO 80914-2902 (e-mail: laureli.mazik@cisf.af.mil). An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman can be contacted at SMC/DS (310) 336-3571.
 
Place of Performance
Address: Place of performance is at contractor's facility and site locations.
 
Record
SN00814502-W 20050526/050524212110 (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.