Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SOURCES SOUGHT

18 -- Systems Engineering and Integration

Notice Date
9/25/2007
 
Notice Type
Sources Sought
 
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 Missile Systems Center, 483 North Aviation Blvd, El Segundo, CA, 90245-2808, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-07-56
 
Response Due
10/17/2007
 
Archive Date
11/1/2007
 
Point of Contact
John Ramos, Contract Specialist, Phone 310-653-9581, Fax null, - John Ramos, Contract Specialist, Phone 310-653-9581, Fax null
 
E-Mail Address
john.ramos@losangeles.af.mil, john.ramos@losangeles.af.mil
 
Description
Background: The Space and Missile Systems Center (SMC), MILSATCOM Systems Wing (MCSW), Los Angeles Air Force Base, California, is seeking to identify sources for continuing Systems Engineering and Integration (SE&I) support for the MCSW Transformational Satellite Communications System (TSAT) program. TSAT is a protected global network communications system which includes a geostationary satellite constellation, management of overall system and network operations, and wideband connectivity to the Defense Information System Network (DISN) core in coordination with the Defense Information Systems Agency (DISA). The TSAT system includes the Space Segment, the TSAT mission operations system (TMOS) Segment and the Terminals Segment. MCSW has an incumbent SE&I contractor to assist the TSAT Program Office in the integration of the diverse system activities which ends in September 2008. This Sources Sought inquiry pertains to the follow-on to this effort. Work under the follow-on contract will commence in 2008 and continue for approximately 10 years of the TSAT program through Initial Operational Capability (IOC), transition, and sustainment. Launch of the first TSAT satellite is planned for FY2016; IOC is planned for FY2018. Program Objectives: SE&I tasks are shared by the Government Program Office, FFRDCs, the SE&I Contractor, and the Segment Contractors. SE&I tasks includes leading the coordination, guidance and execution of end-to-end systems engineering and integration activities at the systems level across all inter-Segment and external interfaces for system test and verification, system deployment, operations, and sustainment. It also includes oversight and insight of systems engineering and integration within system Segments as required to ensure system performance is met. It is expected that the SE&I contractor must be capable of working intimately with Space, TMOS, and terminal segments, as well as external stakeholders? (DISA, NSA) government and contractor teams. However, the SE&I contractor must also have the capability to act independently and objectively for the benefit of maintaining TSAT cost, schedule and performance. As a point of departure, this SE&I effort will be based upon the TSAT?s control and reference documents already developed as part of the incumbent SE&I contract. Responsibilities: Government SPO, FFRDCs and Segments. The TSAT Government Program Office is the final decision authority for all program matters and exclusively provides direction to contractors. The Government Program Office chairs key program boards and working groups which bring together the participating contractors and stakeholder agencies for program coordination and execution. The Aerospace Corporation and MITRE Corporation serve as the Trusted Agent of the Government Program Office and provides ongoing oversight of all systems engineering and integration processes and activities SE&I Contractor. The SE&I Contractor shall establish, maintain, and control the authoritative and authenticated technical and programmatic baselines including inputs from the Segments and external agencies. They shall establish, manage and lead the systems integration and testing effort, to include identifying and resolving system level issues with government cognizance. They shall administer major program-level control boards such as the Engineering Review Board (ERB), the Risk Management Board (RMB), and the Configuration Control Board (CCB). They shall operate and maintain the authoritative control and reference documentation and program-unique data information system, data bases and libraries. They shall co-chair and administer chartered teams, working groups and forums created to facilitate the systems-level processes. It is vital that the SE&I Contractor maintain an experienced program management and technical team throughout the life of the program, with the capability to flexibly adapt as the program progresses through each phase of the acquisition process. The SE&I Contractor shall develop and maintain the system-level Integrated Master Plan (IMP) and Integrated Master Schedule (IMS); they shall take the lead role in synchronizing the efforts of all segments and stakeholders. They shall organize and administer major program reviews such as System Program Management Reviews (PMRs), Preliminary Design Review (PDR) and Critical Design Review. They shall implement System risk management process including identification of risks, development and tracking of system technical performance metrics (TPMs). The SE&I Contractor shall co-chair and administer system-level IPTs. Together with the Government Program Office and FFRDCs, the SE&I Contractor shall participate in oversight and insight of all program technical activities, including those at a segment level. Their primary task is the coordination and execution of end-to-end systems engineering and integration activities at the system level and across all external interfaces. They shall provide required analysis and simulation, architecture refinement, requirements reallocation to Segment level, risk management, vulnerability assessments, and interface definition management. They shall develop system-level test and verification roadmaps, system-level plans and may act as the test director for system-level test execution. In coordination with TMOS, they shall support the planning and execution of network testing for verification of TSAT system and network requirements. They shall lead in system level transition planning, training and provide support to deployments, operations and Integrated Logistics Support (ILS) sustainment. Response: Interested SE&I contractor candidates may submit a Statement of Capabilities (SOC). A minimum DoD security clearance of Secret is mandatory for all personnel supporting this effort. Interested parties must submit an unclassified SOC within 15 working days after this announcement is posted. Fully qualified sources will provide enough information to demonstrate they have performed systems engineering and integration contracts on DoD satellite programs of similar complexity, have an understanding of MILSATCOM mission and future technology challenges, and can provide the capabilities listed above. Interested contractors should address potential OCI in their SOC and, if possible, submit mitigation plans with their SOC. No real or perceived Organizational Conflict of Interest can exist (reference FAR 9.505-1). The SOC shall not exceed 20 single sided pages in length. All responses must conform to 8.5-inch pages, with font no smaller than 12 point. This sources sought is for market research only, seeking qualified prime contractors. Responses from small business and small, disadvantaged business firms are encouraged. A separate Sources Sought synopsis may be issued at a later date for potential subcontracting opportunities. Interested parties shall state the size of their business. This sources sought is for information and planning purposes only; it does not constitute a Request For Proposal. An Industry Day is tentatively scheduled for 6-7 November 2007. More details will follow. 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 costs associated with submission of a SOC. Inquiries may be directed to Mr. Herbert B. Countee at (310) 653-9525. Submit all responses to: MCSW/PK, Attn: Herbert B. Countee, 483 N. Aviation Blvd., Suite 1467-A8, El Segundo, CA, 90245-2808.
 
Place of Performance
Address: SMC - Space and Missile Systems Center, 483 N. Aviation Blvd, El Segundo, CA
Zip Code: 90245
Country: UNITED STATES
 
Record
SN01420216-W 20070927/070925224807 (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.