Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2007 FBO #2034
SOURCES SOUGHT

18 -- GPS IIR one year contract extension to CLINs 0018, 0019, 0020, 0076 for F04701-89-C-0073

Notice Date
6/20/2007
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, CA, 90245-2808, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
2008-C-0073
 
Response Due
7/6/2007
 
Archive Date
7/21/2007
 
Description
The Global Positioning Systems Wing (GPSW), GPS IIR Program intends to award a sole-source, Cost Plus Award Fee (CPAF) modification to extend contract F04701-89-C-0073 for a period of one year (1 January 2008 to 31 December 2008) to LMSSC. This action will (a) add a CY 08 Option to CLIN 0019 (On-Orbit Operations) and CLIN 0020 (Satellite Storage), and (b) modify existing CY08 Option CLIN 0018 (Launch Support) with added scope. If delays occur to the current launch schedule, a CY09 option will be in place to allow continued support for Storage, Launch Support and on-orbit operational checkout of the SVs entering the constellation. This effort requires a TOP SECRET facility clearance to receive and generate classified material and safeguarding the fabrication, modification, or storage of classified hardware at the TOP SECRET level. LMSSC, the current GPS IIR contractor, is considered the only responsible source that can provide the following supplies and services without the Government incurring substantial duplication of cost that are not expected to be recovered through competition and/or unacceptable delays in fulfilling its requirements (10 USC 2304 (c) (l)). The GPS IIR Program is performing a market survey to determine if there are interested and qualified firms having the capability described for CLINs 0018, 0019, 0020, and 0076 as specified in attached Statement of Work (SOW). CLIN 0018; Launch Support: See attached SOW for details. The approximate number of staff-hours to be procured are 112,000 for CY08. If the CY09 Option is exercised, approximately 112,000 additional staff-hours will be procured for a grand total of 224,000 hours. CLIN 0019; On-Orbit Operations: See attached SOW for details. The approximate number of staff-hours to be procured are 87,000 for CY08. If the CY09 Option is exercised, approximately 43,500 additional staff-hours will be procured for a grand total of 130,500 hours. CLIN 0020; Satellite Storage; See attached SOW for details. The approximate number of staff-hours to be procured are 30,000. If the CY09 Option is exercised, approximately 30,000 additional staff-hours will be procured for a grand total of 60,000 hours. CLIN 0076; Compensatory Security Measures: The approximate numbers of staff-hours to be procured are 1,900. NAICS 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, size standard 750 employees. The Government has been contracting with Lockheed Martin Space Systems Company, 2-30 Mall Blvd, King of Prussia, PA 19406 to provide GPS IIR SVs and support. 13. Interested contractors are invited to submit a Statement of Capability (SOC) addressing the ability to satisfy the above requirements as specified in the attached SOW to SMC/GPSW/PK, Attn: Wendy L. Marshall, 483 N. Aviation Blvd, El Segundo, CA 90245-2808. All responses are due no later than 06 July 2007 and must conform to 8.5 x 11-inch pages, with font no smaller than 12-point, with a maximum of 20 pages. The statement of capability must include the following information: 1) Company name, mailing address, points of contact, and telephone numbers; 2) Business size classification (large, small, or other); 3) Experience in GPS Satellites or similar technologies; 4) Ability to satisfy the government's performance requirements described above; Oral communications are not acceptable. All responsible sources may submit a SOC, which will be considered. Any information submitted in response to this synopsis is strictly voluntary. The Government does not reimburse respondents for any cost associated with submission of the information or reimburse expenses incurred by parties for responses to this synopsis. DRAFT STATEMENT OF WORK (FOR PLANNING PURPOSES ONLY) ANNEX G TO ATTACHMENT 6 TO F04701-89-C-0073 STATEMENT OF WORK FOR CALENDER YEAR 2008 FOR CLINS 0018, 0019, & 0020 STORAGE AND TRANSPORTATION, LAUNCH SUPPORT, ON-ORBIT OPERATIONS SUPPORT, AND CONSTELLATION SUSTAINMENT OF NAVSTAR GPS IIR/IIR-M - SATELLITES 18 June 2007 1.0 SCOPE AND ORJECTIVES 1.1 Scope This Statement of Work addresses the Phase IIC support activities, including Space Vehicle (SV) storage and transportation, launch support, on-orbit operations and the sustainment support of the Global Positioning System (GPS) IIR/IIR-M SVs. 1.2 Objectives The tasks contained herein delineate the personnel, facilities, materials, and documentation required to support pre-launch storage and transportation, launch support operations, on-orbit operations, and constellation sustainment of the GPS IIR/IIR-M satellites. 2.0 GENERAL BACKGROUND The first phase of this program was known as Phase IIA and included the preliminary design of the GPS IIR satellites to a level of detail commensurate with a Preliminary Design Review. Phase IIA also included the completion of the development program. The production element was known as Phase IIB. The SV storage and transportation launch, and on-orbit operations support comprise Phase IIC. On 21 June 1989, the Air Force awarded Contract F04701-89-C-0073 (GPS IIR contract) to Lockheed Martin Space Systems Company (LMSSC). Under that competitively-awarded Fixed Price Incentive Firm (FPIF) contract, LMSSC designed, developed, produced, tested and delivered GPS IIR SV to the Air Force. On 18 August 2000, the Air Force awarded Contract F04701-00-C-0006 (GPS IIR-M contract) to LMSSC. Under this sole-source Cost Plus Incentive Fee (CPIF) contract, the Air Force furnished eight IIR SVs to LMSSC as Government Furnished Property (GFP) to begin modernization development activities. The modernization effort of the GPS IIR SVs incorporated two new military signals, M-Code on L1 and L2 for enhanced accuracy, and a second L2 civil signal on a different frequency to each of the eight existing GPS IIR spacecraft already built and held in storage. In addition, the modernized SVs offer a modernized antenna panel that provides increased signal power to receivers on the ground and enhanced encryption and anti-jamming capabilities to military users. Modernization efforts were completed under the GPS IIR-M contract, F04701-00-C-0006, on 19 March 2007. The government took delivery of the final IIR-M SV and furnished it back to LMSSC as GFP under the GPS IIR contract, F04701-89-C-0073. Storage and transportation, launch support, and on-orbit operations support services are needed for the remaining three IIR-M SVs beginning 1 January 2008. Once the remaining IIR-M SVs are launched in CY08, constellation sustainment support for the 20 on-orbit IIR/IIR-M SVs will remain. The constellation sustainment contract will begin 1 January 2009. One SV is being modified for an L5 research and development demonstration package. This particular SV will be one of the last two SVs to be launched. This contract effort is on the FA8807-07-C-0005 contract to Lockheed Martin. 3.0 CONTRACTOR TASKS. The contractor shall: 3.1 Compliance Documents Contractor shall comply with applicable compliance documents. Document list will be provided upon request. 3.2 STORAGE AND TRANSPORTATION (CLIN 0020) 3.2.1 Provide boxing, packaging, handling, and transportation support for three IIR-M SV shipments, battery shipsets, Communications Security (COMSEC) items, and necessary support and test equipment from factory storage to the launch site. These storage and transportation activities include, but are not limited to, transport to the government-designated pick-up site, support of the government-furnished air transport to the storage site, transport from the Government Furnished Equipment aircraft to the storage facility, and transport from the storage facility to the launch processing facility. Provide logistical and security coordination for safe and timely delivery throughout the entire transportation phase to the launch site. Maintain and implement comprehensive receiving and inspection processes to ensure that no damage occurs to equipment and hardware. Maintain and implement a contractor Transportation Plan. 3.2.2 Provide storage monitoring and testing of configuration, environment, and temperature conditions for the SV, Apogee Kick Motor, and flight batteries in accordance with the contractors Storage Program Implementation Plan. 3.2.3 Provide engineering and technical support and resources necessary for reachback and investigations in preparation for launches. 3.3 LAUNCH SUPPORT (CLIN 0018) 3.3.1 Launch Operations Perform launch and test operations required to support SV launches. Efforts include maintaining technical liaison support, documenting and reporting to GPSW on anomalies and resolutions, and schedule control. 3.3.2 On-Site Support - Eastern Range (ER) Perform Ground Support Equipment station validation and SV processing at ER including post factory testing. Coordinate SV activities related to integration of the GPS IIR-M with other involved contractors and the Government. Support Government usage of the Modernized Telecommunications Simulator at ER. 3.3.2.1 Perform post-factory functional tests including satellite control network compatibility test, Control Segment (CS) compatibility tests, including support of Control Segment software validation, ordnance check-out, battery conditioning, motor preparations and installation, Reaction Control System (RCS) leak testing, RCS simulator load hypergolic propellant servicing, and functional initial RCS pressurization and leak checks, and optical surface inspection and cleaning, and post storage-unique testing. Perform readiness and data reviews. In support of final launch preparations, perform apogee kick motor preparations and installation, final balancing, RCS propellant loading and flight pressurization. Support Expendable Launch Vehicle (ELV) contractor during mating operations to the payload attach fitting. Perform post-mating validation. Support ELV contractor during transport and mating operations at the launch pad. Perform post-erection functional testing, battery charging, and final countdown operations. Support Air Force integrated crew exercises and mission dress rehearsals. 3.3.2.2 Perform (as required) the reconditioning of batteries either off-pad or on-pad. Maintain and implement the contractor Battery Handling Plan. 3.3.3 Equipment Maintenance. 3.3.3.1 SV and Ground Support Equipment (GSE) Perform maintenance, including required calibration renewals, of the SV and GSE while at the ER and the hardware and software of the Mission Support Tools at Contractor facility, Schriever Air Force Base (SAFB), and Vandenberg Air Force Base (VAFB). Provision for spare or replacement parts for the GSE upon the Procuring Contracting Officer (PCO)s direction. Provision for spare or replacement parts for the GSE. Ship SVs and GSE units, which are not to be repaired at the ER, to and from the appropriate destination for repair. 3.3.3.2 Modernized Telecommunications Simulator Perform maintenance of the Modernized Telecommunications Simulator including the provision of spare or replacement parts and software modifications as required. 3.3.3.3 Special Test Equipment (STE) Perform maintenance of the STE required to perform box-level testing and anomaly activities while at Contractors facility and Colorado Springs LMSSC facilities. Provision for spare or replacement parts for the STE upon the PCOs direction. Ship STE units, which are not to be repaired at the ER, to and from the appropriate destination for repair. 3.3.4 GPS/ELV Integration 3.3.4.1 Provide technical assistance and analysis to the ELV contractor relative to safety, physical, environmental, dynamic, electrical and functional interfaces. 3.3.4.2 Review Air Force furnished ELV documentation to verify compatibility: Interface Control Documents (ICDs), design and analyses report/models, safety plans, test directives/reports, etc. 3.3.4.3 Concurrent with the effort in paragraphs 3.3.4.1 and 3.3.4.2 verify and document continuing interface compliance of the SV with the ELV. When an incompatibility is identified, recommend resolutions. 3.3.5 Orbital operations Perform engineering and related activities necessary to support orbital operations. Efforts include maintaining engineering liaison support, documenting, reporting, and submitting on anomalies and resolutions to GPSW. 3.3.6 Resident support Provide resident engineering support at AFSCN to support test and mission planning required for launch and early orbit operations of the SVs. Support shall also be provided when SVs are in non-operational status but that have not yet been disposed of. Update command plans and update the Orbital Operations Handbook (OOH) after resolution of on-orbit problems to assure integrity of continuing SV operations. Support AFSCN testing. Maintain Mission Unique Software (MUS). 3.3.7 Factory Support to Launch Operations Provide factory subsystem engineering and technical support and facilities/equipment required for problem analysis and problem resolution related to pre-launch reachback investigations, launch processing, and launch operations. This includes support to ER, AFSCN and the OCS during rehearsals, launch, deployment and early on-orbit operations, and SV/CS compatibility and integration testing. Support transportation of the SV to the ER. Monitor SV temperature, humidity, and accelerations during transportation operations. Factory support also includes, but is not limited to, program control, management tasks, and secondary systems engineering and subsystem expertise support. 3.3.8 Post Flight Analyses Develop post-flight analyses of SV operations after each launch 3.4 ON-ORBIT OPERATIONS AND CONSTELLATION SUSTAINMENT (CLIN 0019) 3.4.1 On-Site Subsystem Expertise Provide on-site primary systems engineering and subsystem expertise at SAFB and back up locations in support of the GPSW and the GPS Operational Squadrons. Major sub-systems include: Total Navigation Payload (TNP) (i.e. L-Band Subsystem/Integrated Transfer System/WGMIC, Navigation/TKS/Atomic Frequency Standard, and Mission Data Unit (MDU)), Spacecraft Processing Unit (SPU)), Telemetry, Tracking, and Command (TT&C), Electrical Power Subsystem/PMS, Attitude Determination System, RCS, NUDET (Nuclear Detonation) Detection System (NDS), and TCS/MSS. Subsystem experts to perform engineering related activities necessary to support on-orbit operations including retrieval of current and archived telemetry data and executing data and trending analyses. Quarterly Performance Report (QPR) generation, including data suitable for input to reliability and mean-mission duration computations, are included in support to on-orbit operations. SPU and MDU flight software maintenance; subsystem engineering experts to provide assistance with the Global Burst Detector (GBD) and with SPU and MDU flight software uploads. Engineering support to generate, review, and distribute OOH changes and review other operational documents and procedures. Subsystem training to the local operations community is included. Subsystem engineers to provide recommendations for SPU software (patches, macros, and Ground Selectable Parameters (GSPs)), TNP, and hardware configuration changes, and assist with nominal on-orbit operations, contingency operations, and on-orbit tests. Subsystem engineering experts to provide 24/7 on-call operations support with on-site expertise to make real-time recommendations for safing operations to the IIR/IIR-M constellation. Engineering staff to provide scheduling support to the AFSCN and OCS resources. Subsystem engineering experts to conduct anomaly investigations and determine resolution to all anomalies. Engineering support staff to generate incident reports for each anomaly and document and distribute resolutions and recommendations. 3.4.2 Maneuver Planning Provide maneuver planning and radio frequency interference prediction for Delta-V, Three-Axis Stabilized Recovery, and Disposal Operations. Support test, training, and rehearsal activities to maintain Government and Contractor proficiency of maneuver planning and operations. 3.4.3 Database Deliveries Deliver database inputs to the OCS, Operational Support System (OSS), Command and Control Segment (CCS), and Launch and Early Orbit, Anomaly Resolution and Disposal Operation (LADO) system in compliance with the controlling documents. Data includes, but is not limited to, SPU software changes, MDU software builds, Calibration Curve Updates, and limits/nominal changes. 3.4.4 Interface Control Contractor (ICC) The contractor shall act as the ICC for the following ICDs: ICD# Title: 237 Space Vehicle II/IIA to IIR Interfaces 305 Navstar Global Positioning System (GPS) Replenishment Satellites (GPS IIR) Phase II Interface Control Document Telecommunications Simulator Interfaces 320 Navstar Global Positioning System (GPS) Replenishment Satellites (GPS IIR) Phase II Interface Control Document Space Vehicle (GPS IIR)/NUDET Detection System Interfaces 321 Reserve Auxiliary Payload interfaces 401 Navstar GPS IIR Space Segment/Control Segment Interfaces 402 Navstar GPS Replenishments Satellites (GPS IIR) Operational Support System (OSS) 3.4.5 Interface Control Documents Support As participating contractor, provide support, in accordance with GPS Interface Control Working Group (ICWG) Charter (GP-03-001 Revision A), under the Systems Engineering activity for IS-GPS-200, ICD-GPS-203, ICD-GPS-206, IS-GPS-703, ICD-GPS-637, and ICD-GPS-700. 3.4.6 Interface and Specification Document Maintenance Perform ICC duties for ICD-GPS-237, 305, 320, 321, 401, and 402. Ensure that ICD changes are reviewed, documented, and implemented in accordance with GPSW CCB policy. Report all incompatibilities and inconsistencies between ICDs and the As-Built configurations. 3.4.7 Software Tools Maintain and utilize existing software tools required in direct and indirect support of GPS Operations. Provide the GPSW with details of maintenance and upgrade events being performed on software tools. Seek GPSW approval for development of new software tools. Software tools developed for operational support personnel use shall follow AF1067 processes. 3.4.8 MDU and SPU Software Maintenance During initial planning stages, provide estimates for cost, schedule, performance expectations, impacts, and technical risk for MDU Operational Builds and SPU Releases to the GPSW Program Manager and/or designated representative. Ensure MDU and SPU operational builds are approved, developed, tested, documented, and delivered in accordance with GPSW CCB policy. Assist the operational squadron with independent validation and verification (IV&V) of uploads, procedure development, procedure modification, and implementation of the procedures. 3.4.9 OCS Support Provide continuing support to the OCS to ensure compatibility with the GPS IIR/IIR-M SVs. Ensure continuing Space Segment/Control Segment (SS/CS) interface compliance, via review, analysis, implementation, test and documentation of technical changes and incompatibilities, as applicable. Support SS to CS integration for all upgrade activities to either segment. Ensure command procedures and databases are maintained to support on-orbit operations. 3.4.10 Launch and Early Orbit (LEO) Operations 3.4.10.1 Mission Support Provide mission planning support to include major event sequence generation and launch rehearsal/exercise preparation and execution. Provide resident engineering support for scheduling of AFSCN assets required for the LEO mission including payload initialization. Deliver updated command plans and OOH as needed to assure integrity of continuing SV operations. Support pre-launch testing. Develop post-flight analyses report of SV operations after each launch. 3.4.10.2 Orbit and Attitude Determination Utilize CS assets and contractor offline tools to provide analysis and products for orbit determination and prediction, orbit and attitude maneuver planning, attitude determination and prediction, and generation of scheduling and planning outputs. 3.4.10.3 Factory Support to Orbit Operations Provide factory subsystem engineering and technical support for problem analysis and problem resolution related to launch and early orbit and on-orbit operations. Hardware changes or modifications required prior to launch resulting from anomaly investigations will be covered under a separate CLIN. 3.4.10.4 Ground-Based Support Equipment 3.4.10.4.1 Operational Support System (OSS) Perform hardware and software maintenance of the OSS. Provide the GPSW with details of maintenance and upgrade events. Provide for system administration, data archival, and system security in accordance with Designated Approving Authority, Information System Security Officer, and contract requirements. Support certification and accreditation packages. 3.4.10.4.2 SPU-STE Equipment Maintain the suite of SPU-STE equipment in support of SPU flight software maintenance. 3.4.10.4.3 MDU Software Lab Maintain the MDU software lab as a test-bed in support of MDU flight software maintenance. 3.4.10.4.4 GPS Modifications Ensure continuing SS/CS interface compliance, via review, analysis, implementation, test and documentation of technical changes and incompatibilities as applicable 3.4.10.4.5 GPS Modification Support Ensure continuing SS/CS interface compliance, via review, analysis, implementation, test and documentation of technical changes and incompatibilities as applicable. 3.5 Meetings Technical Interchange Meetings (TIMS) and Readiness Reviews Host and participate in TIMS and launch readiness reviews as necessary. 3.6 System Security Implement systems security as defined by the contract DD254. 3.7 Equipment and Materials Disposition Coordinate with the GPSW for the orderly disposition of equipment and all materials managed on this contract. 3.8 Program Planning and Control Conduct program activities to establish and maintain control of the Phase IIC program. 3.9 SPECIAL CONSIDERATIONS NONE 3.10 Configuration Management Offeror shall provide Configuration Management (CM) support throughout the program. 3.10.1 Effort includes maintenance and update of contractor specifications, maintenance of hardware and software baselines for the GPS IIR/IIR-M and all accessories, and submittal of any required Request for Deviation(s) and Engineering Change Proposal(s) 3.11 Data Management Offeror shall provide Data Management support, to ensure timely submittal and accurate distribution of all Contract Deliverable Requirement List (CDRL) items in accordance with submittal procedures and policies required by the contract.
 
Place of Performance
Address: SMC/GPSW/PK, 483 N. Aviation Blvd, El Segundo, CA
Zip Code: 90245-2808
Country: UNITED STATES
 
Record
SN01323613-W 20070622/070620221417 (fbodaily.com)
 
Source
FedBizOpps 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.