Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2007 FBO #2054
MODIFICATION

18 -- Space Control Depot Support (SCDS) previously announced as Sustainment Support Program

Notice Date
7/10/2007
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
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
FA8819-07-R-0003
 
Response Due
7/6/2007
 
Archive Date
7/25/2007
 
Description
The U.S. Air Force Space and Missile Systems Center (SMC) Space Superiority Systems Wing (SYSW) is requesting Industry Day participation relating to the Space Control Depot Support (SCDS) Sustainment Contract. This event is scheduled for 24 July 2007 from 0800 - 1200 PST at the A-8 Auditorium of The Aerospace Corporation, 2350 E. El Segundo Blvd., El Segundo, CA 90245. Following the presentation and general Q&A session, the Space Superiority Operations Support and Sustainment Division (SYSW/OS) will conduct one-on-one discussions with all interested Industry Day attendees. Each Prime contractor will be authorized 6-8 personnel at the forth coming Industry Day. One of the attendees must be a security person. One-on-one sessions will take place on the 24th immediately after the Industry Day presentation and if needed the 25th & 26th. Each one-on-one session will be 45 minutes unless there is a need to shorten the sessions to 30 min due to the number of interested contractors. On 26 January, 2007, the initial Industry Day for SYSW Sustainment Support was conducted. Since then the government has revised its strategy and acquisition approach. The original approach was to award multiple contracts through an IDIQ contract and is now revised to award a single contract. This industry day, the Government team will brief attending contractors on the updated goals, requirements and strategy for acquiring sustainment support services for the various SMC/SYSW ground-based deployable systems. The programs supported by this contract include: the Counter Communication System (CCS) Family of Systems, the Space Test and Training Range (STTR) Family of Systems, the Rapid Attack Identification Detection and Reporting System (RAIDRS) Family of Systems and Rapid Reaction Capabilities (RRCs), along with any future deployable SYSW system whose sustainment requirements are in-line with the scope of the SCDS contract. The SCDS contract will be managed by SYSW/OS. Detailed system descriptions for SCDS programs will be presented at the Industry Day. The sustainment requirements of the SCDS contract are broken into five functional areas: 1) Depot Support, 2) Studies & Analysis, 3) System Upgrades and Modifications, 4) Rapid Reaction Capability Transition to Operational Systems, and 5) Organizational Level Maintenance. Depot support consists of the following: depot and sustainment engineering (D&SE), repairable and disposable item management, stock, storage and issuance of spares, hardware and software maintenance and repairs, sparing level analysis, etc. Studies and analysis projects in support of the basic program mission includes, but is not limited to: analyses to reduce life cycle costs, improving availability and maintainability, the replacement of obsolete or /unsupportable equipment, the evaluation of future capability enhancements, preplanned product improvement (P3I), etc. System upgrades and modifications may include the development, test, production and installation of system upgrades. The transition of RRCs to operational systems includes activities such as developing technical orders (TOs), drawing packages, performing provisioning analysis and procuring spares and support equipment, and configuration management and standardization of hardware and software. Organization Level Maintenance is defined as on-site maintenance support at operational units. All attending contractors shall submit a Statement of Capabilities describing their qualifications to be the Prime contractor for the SCDS effort which includes information regarding experience with establishing public/private partnerships for depot support, contractor experience with transportable/deployable ground systems and information demonstrating compliance with the aforementioned security requirements. Each potential Prime must submit a Statement of Capability to Mr. Dwight Taeza at Dwight.taeza@losangeles.af.mil no later than the close of business on 6 July 2007. Responses from small and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. To attend the Industry Day each potential Prime shall submit a SF86 for each attendee. All attendees must have a current TS/SSBI and be briefed SI/TK. In addition all attendees must meet Tier 1 Special Access Programs adjudication standards. In those instances where an attendee is currently accessed to Air Force Special Access Programs sponsored by SAF/AAZ or SMC/SY, contractors shall submit only a Personnel Access Request (PAR) provided the individual has a current TS/SSBI. The justification will state "Access is requested to attend Sustainment Industry Day on 24 July." Block 1 of the PAR will be left blank. SF86's and PARs must be received NLT 11 July 2007. Any submissions which do not meet Tier 1 adjudication standards will be processed last and probably will not be completed in time to facilitate attendance. If there are any questions contact Mr. Gerald Crafton at (310) 416-1591 or gerald.crafton@losangeles.af.mil. All approved attendees will be indoctrinated at the Industry Day and details of the RFP and acquisition strategy will be disclosed at that time. Those potential Primes that wish to bid will be required to establish a SCIF IAW DCID 6/9 and the SCIF approved by SYSW security, in order to receive the RFP. Contractors may submit their Fix Facility Checklist (FFC) at the same time the personnel security paperwork is submitted. Additionally, contractors will be required to submit a CONOPS identifying how information systems will be configured within the proposal area and information restricted to only those participating in the proposal effort. A full fledge DCID 6/3 ISSP will not be required for the RFP; only the CONOPS is required. If a contractor has a SCIF that is vacant and it is currently accredited by another agency, that SCIF can be used for the proposal effort. Contact Mr. Crafton regarding information/paperwork that will be required. SYSW will attempt to leverage the other agency?s accreditation documentation instead of requiring the submission of a completed FFC. While possessing an accredited SCIF is not a requirement to participate in the 24 July 07 Industry Day, no potential offeror will be given access to the classified SCDS RFP without having a secure SCIF to store the information in. Each potential Prime team will be authorized a total of 40 quotas for the RFP effort. SYSW Security will not process any more than 6-8 access requests until an approved facility is established and the 24 July 07 Industry Day has been completed. If you submit more than 8 access packages prior to industry day, identify the eight that will be attending the industry day as they will be processed first. All attendees must send a Visit Notification to SYSW. All attendees must have a current SSBI/SBPR and be briefed SI/TK. Attendees who are currently accessed to AF SAPS may send there Visit Notifications to us through Special Access Channels. Attendees who are briefed SI/TK but are not currently accessed to AF SAPS must send there Visit via JPAS. Send the Certification to JPAS SMO Code "SYS Wing". The Technical POC is Maj Russ Swart. Phone # 310-416-1590. BE ADVISED: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. 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 the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Mr. James H. Gill SMC/PK. You can reach him at James.Gill@losangeles.af.mil or at (310) 653-1789. DECLARATION: This publication is for information only and does not constitute a Request for Proposal (RFP), Government sponsorship of contractor charges against any Government contract for attendance or proposal efforts, or a Government promise to pay for any information received in response to this announcement.
 
Record
SN01338237-W 20070712/070710220959 (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  © 1994-2020, Loren Data Corp.