Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2005 FBO #1328
SOURCES SOUGHT

18 -- Additional UHF Capabilities

Notice Date
7/14/2005
 
Notice Type
Sources Sought
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
SPAWAR_Headquarters_MKTSVY_20AFE
 
Response Due
7/28/2005
 
Small Business Set-Aside
N/A
 
Description
The Government does not require another satellite or satellite services equivalent to the UFO constellation???s F11. However, the Government will use the F11 capabilities as a reference point when considering qualification packages submitted by interested parties. Each interested party shall describe the range of its qualifications from the extent of UHF capabilities available at its earliest delivery date (month and year) via its lowest risk (technical and schedule)/most affordable solution to providing the equivalent capability of the UFO F11 no later than December 2009 with the related risk level (technical and schedule) and rough order of magnitude (ROM) price. An interested party???s lack of qualification to provide any UHF capability no later than December 2008 or the equivalent capability of the UFO F11 no later than December 2009 does not exclude its qualification package from consideration by the Government. However, the Government will NOT consider qualification packages that fail to include providing UHF capability NLT December 2009. THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, but rather this is a sources sought synopsis in order for the Government to identify interested sources that are capable of providing these narrowband military communications satellite efforts. The purpose of this sources sought is to identify potential prime sources that: (1) can adequately demonstrate their current capabilities; and (2) have a detailed plan of action that shows the ability to meet satellite capability service requirements within the desired (NLT December 2008) and required (NLT December 2009) timelines. If a solicitation is released, it will be synopsized under separate cover on the Federal Business Opportunities (FedBizOpps) website and the SPAWAR E-Commerce Central website. Potential offerors are responsible for monitoring these sites for additional information pertaining to this requirement. The information requested herein will be used to support a potential solicitation issued in 4th quarter FY05 or 1st quarter FY06 that will result in a contract award as early as the end of the 2nd quarter of FY06. All information provided below is for planning purposes and is subject to change. The satellite, whether already produced or to be produced, must be designed for stabilization in geosynchronous orbit to ensure that the antennas are constantly maintained in an earth pointing orientation. The spacecraft must provide the necessary power to support the mission requirements during those periods when the satellite is in eclipse. The spacecraft must provide the essential support functions for the control of the communications payload, and must accommodate and provide essential support functions for operation of the Communications Security (COMSEC) Equipment used for TT&C. If yet to be launched, the spacecraft must provide propulsive energy for the post launch vehicle deployment/separation impulse to inject the satellite into geosynchronous orbit and thereafter to maintain that orbit and the proper orientation for the satellite design life. The TT&C equipment must provide all necessary functions for the control of the satellite and communications payload. The satellite must be designed for a commercial launch by a Contractor- provided national launch service. Any prime sources (i.e. prime contractor or contracting teams) shall reply to this synopsis if they are interested in proposing for this potential narrowband satellite communications contract. Interested offerors shall submit qualification packages generally describing their capabilities and satellite designs for meeting this requirement. Packages shall be in the form of a narrative statement not exceeding 10 face pages double-spaced and a slide presentation (e.g., MS PowerPoint) not exceeding 25 slides. Interested offerors shall submit their qualification packages via the SPAWAR E-commerce website to the SPAWAR contracts point of contact, Ms. Kim Mallis. Replies should be submitted by 4:00 p.m. (Pacific Time) on Monday, July 28th, 2005. After reviewing the responses, Government may contact a prime source for a live presentation (telecon, VTC, or in-person, not to exceed 90 minutes) of its response. Any live presentations, if requested, must be made no later than August 4th, 2005. This is NOT a request for proposals. Proprietary data in responses will be protected where so designated. All respondents should indicate their company size status and the extent to which they can include small business participation (of all small business categories listed in FAR 19.7). If proposing a solution yet to complete manufacturing, the contractor size status is based on NAICS Code 334220 with an SBA size standard of 750 employees. If proposing a solution that in involves services only, the contractor size status is based on NAICS Code 517410 with an SBA size standard of $12.5M. Partnering between small and large businesses is encouraged. Responses received in reply to this notice may, in part, be used to make a determination of the level of competition for the resulting solicitation (e.g., full and open competition, SB set-aside, 8(a) set- aside, etc.). Given the potential size and complexity of the proposed satellite utilized to fulfill the performance requirement, the Navy expects that the qualification packages submitted will describe the mature satellite design (whether satellite is already built or not) including: 1) define the satellite architecture to be used to meet the performance requirements and affordability constraints at verifiable and acceptable levels of risk; 2) describe the specifics of the system production, deployment, and operations processes; 3) identify key technical risk items and key cost drivers and demonstrate how they will be managed; 4) if the satellite to be used is not already in orbit, demonstrate the capability to achieve operation in orbit by December 2009 [or earlier depending on the solution(s) addressed in your qualification package]; 5) provide spacecraft information including satellite size, weight and power breakdowns to the payload and bus unit level with sufficient detail to demonstrate how spacecraft weight and power consumption estimates and margins were derived; technical descriptions of key spacecraft hardware and software components such as antennas, deployment mechanisms, feeds, filters, receivers, transmission lines, processors, and transmitter subsystems; and spacecraft reliability estimates to show that all performance requirements will be met; 6) technical descriptions of UHF payload in adequate depth to clearly demonstrate requirements satisfaction; signal analysis showing attainment of critical technical parameters such as gain, noise figure, dynamic range, linearity, efficiency, isolation, Gain to Noise Temperature (G/T), Effective Isotropic Radiated Power (EIRP), intermodulation products, out of band emissions, signal processing, and any other key technical parameters affecting performance; 7) bus architecture information including functional block diagrams of the satellite bus and technical descriptions of key bus subsystems that clearly demonstrate requirements satisfaction; technical descriptions of all key bus subsystems including power, attitude control, propulsion, TT&C, thermal control and any other bus subsystems required for proper spacecraft operation; and 8) a ROM price (by Government fiscal year) for providing the UHF capability and, if satellite not yet on orbit, delineate the portion of the ROM price attributed to the launch effort. If an interested party believes its solution to meeting the Government???s requirements does not meet the FAR 2.101 definition of ???commercial item??? and that FAR Part 12 Acquisition of Commercial Items does not apply, it shall state so, provide the rationale for such interpretation, and clearly specify its qualification package is based on an acquisition using FAR Part 15 and what contract type. The UFO F11 Performance Specification is available upon request with proper security credentials.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=C6DA68DEF6E123BC8825703F00013371&editflag=0)
 
Record
SN00847663-W 20050716/050714212735 (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.