Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOLICITATION NOTICE

18 -- Core Electronics and Antenna Upgrade to Diego Garcia Remote Tracking Station, Side B

Notice Date
8/8/2005
 
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-05-75
 
Response Due
8/23/2005
 
Archive Date
9/7/2005
 
Description
This effort involves upgrading the core electronics and antenna facilities at the Diego Garcia Remote Tracking Station B-side (DGS-B). DGS-B, located on the island of Diego Garcia, British Indian Ocean Territory, is one of eight Remote Tracking Stations (RTS) that, together with two control centers, comprise the Air Force Satellite Control Network (AFSCN). The AFSCN is DoD?s primary network for launch and early orbit operations. The AFSCN provides telemetry, tracking, and commanding capability, mission data dissemination and processing, and is the world?s only high-powered network for emergency recovery. The island currently consists of an A-side Automatic Remote Tracking Station (ARTS). DGS-B is the fifth article of the RTS Block Change (RBC) upgrade/modernization effort. The RBC upgrades to the AFSCN are the next step in the evolution towards the Integrated Satellite Control Network (ISCN). DGS-B is the only tracking station located in the southern hemisphere. Eastern hemisphere loading is expected to peek in 2006. The RBC upgrade at Diego Garcia is key to ensuring uninterrupted operational capability to our AFSCN users. Due to mission need, and funding requirements, any interested contractor must begin work in FY 06 and deliver the final product NLT 30 September 2008. The upgrade at DGS-B will include, but may not be limited to, the following deliverables: Procurement of upgraded Configuration Item (CI) hardware/software; Site-specific installation design and antenna facility construction; Modified design/installation drawings and/or documentation; Assembly, integration, and testing of the core CI at the integration and test support facility; Installation and test of hardware/software at the RTS; Assembly and checkout of Antenna CI at vendor; Installation and test of Antenna at the RTS; High Power Amplifier (HPA) hardware/software acquisition; Installation and testing of the HPA at the I&TSF; Installation and test of HPA at the RTS; Support Government conducted Boresight and Pre-IST tests; Dehumidification/Desalinization Environmental Control Enhancement Unit; Anemometer Blower Latching Option; DGS-B GPS SAASM; Site selection The purpose of this synopsis is to determine the extent of whether potential offers exist who are capable of achieving the program objectives within acceptable cost, performance and schedule parameters. Honeywell Technology Solutions Inc. (HTSI) was awarded the Satellite Control Network Contract (SCNC) in December 2001, and is presently on contract to deliver the first four RBC articles. Due to requirements and schedule changes, the ordering period to exercise DGS-B has elapsed. The Government anticipates a sole source award to the incumbent contractor, Honeywell Technology Solutions Inc., but all responsible sources may submit a SOC that will be considered by the agency. The Government does not anticipate any set-asides for this action. Responsible sources interested in this notice may submit their SOC, with documented evidence of their capability to meet all technical, performance and schedule requirements, no later than 23 Aug 05 to: SMC/RNK, Attn: Allison Flanagan, Contracting Officer or Capt Mike Carlson, Contract Manager, 2420 Vela Way, Suite 1467, Los Angeles AFB, El Segundo, CA 90245-4659. Refer to the Requirements Document for the Diego Garcia Side B Remote Tracking Station, which is attached. The SOC package should provide a summary of capabilities and past experience with the following information: 1) Cover Letter: Provide company name, mailing address, contracting and technical POCs, CAGE code, and statement of business size classification. The cover letter must be signed and dated by an authorized official of the organization. 2) Executive Summary: Describe the proposed program, objectives, and approach. 3) Program Plan: Describe in detail the planned technical approach and how the approach will be executed. Include a concept of products, techniques, methods, materials and milestone chart identifying capability to meet requirements. 4) Past Performance: An outline of relevant and recent experience in AFSCN RTS RBC development and integration. Include list of POCs. 5) Personnel and Facilities: Description of ability to provide qualified personnel and facilities to work at the appropriate security level. 6) Rough Order of Magnitude Cost Estimate (ROM): Explaining cost savings expected due to realization of learning curve on a 5th RBC article. All responses must be submitted by email in MS Word or PDF format, conform to 8.5 x 11 inch pages, with no smaller than 12 point font, and followed-up with a signed hard copy of the submission to the POCs listed above and below. All responses are to be unclassified and should not exceed fifty (50) one-sided pages. The Government will not consider pages in excess of this limitation. Small business offers note that small business size standard NAICS 541710 (1,000 employees) applies. All submitted SOCs will be evaluated to establish a pool of sources capable of supporting this requirement. The Government will then determine competition type based on availability of responsible, qualified sources. This determination is solely within the discretion of the Government. The selection of one or more sources for determination of competition type will be based on an evaluation of each offerors SOC to determine the overall merit of capability. The SOCs will be evaluated utilizing a peer or scientific review process and shall be evaluated based on the following criteria that are listed in descending order of importance: 1) Lack of substantial duplication of costs on the RBC effort. 2) Ability to maintain schedule requirements and meet delivery date of 30 September 2008. 3) Capability of performance parameters. DECLARATION: Submit questions to the e-mail addresses below. This synopsis is not a formal solicitation. The Government does not intend to award a contract on the basis of this synopsis, or to otherwise pay for the information solicited herein. See Note 22.
 
Place of Performance
Address: Diego Garcia, British Ocean Territory
Country: United Kingdom
 
Record
SN00865264-W 20050810/050808212946 (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.