Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2008 FBO #2284
MODIFICATION

18 -- GPS IIR On-Orbit Operations/Sustainment Support Contract

Notice Date
1/30/2008
 
Notice Type
Modification
 
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
90245-2808
 
Solicitation Number
FA8807-09-R-0001
 
Response Due
2/4/2008
 
Point of Contact
Geoffrey Levine, Contracts Manager, Phone (310) 653-3338, Fax null, - Missy Mitchell, Contracting Officer, Phone 310-653-3738, Fax null
 
E-Mail Address
geoffrey.levine@us.af.mil, missy.mitchell@losangeles.af.mil
 
Description
The Global Positioning Systems Wing (GPSW), GPS IIR Program, intends to award a sole-source, Cost Plus Fixed Fee (CPFF) contract for a base period of one year and seven one-year options to Lockheed Martin Space Systems Company. If all options are exercised, the period of performance would be from 1 January 2009 through 31 December 2016. This action will provide continued specialized engineering support and expertise to replace an expiring GPS IIR support contract. 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 below. On-Orbit Operations/Sustainment Support: Support for on-orbit operations will begin at contract award and continue through all option years. Support will include daily technical support, data evaluation and trending, anomaly resolution, flight software upload support, spacecraft processor software maintenance, payload software builds, operating support tools, act as Interface Control Contractor, provide on-orbit data collection, calculations and analysis, maintain engineering liaison support to anomaly resolution and related activities necessary to support orbital operations. Update command plans and the Orbital Operations Handbook after resolution of on-orbit anomalies to assure integrity of continuing SV operations. Maintain Mission Unique Software. Provision for operating the Operational Support System at Schriever AFB, CO and perform hardware and software maintenance, and security activities. Provide continuing support to the Operational Control Segment ensuring compatibility with the GPS IIR/IIR-M SVs. Ensure continuing Space Segment to Control Segment interface compliance, via review, analysis, implementation, test and documentation of technical changes and incompatibilities. Support Space Segment to Control Segment integration for all upgrade activities to either segment. Ensure command procedures and databases are maintained to support on-orbit operations. The estimated staff-hours for this sustainment function are 35,000 per year. 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, 100 Campus Drive, Newtown, PA 18940 to provide GPS IIR SVs and support. Interested contractors are invited to submit a Statement of Capability (SOC) addressing the ability to satisfy the above requirements to GPSW/PK, Attn: Lt Geoffrey A. Levine, 483 N. Aviation Blvd, El Segundo, CA 90245-2808. All responses are due no later than 24 January 2008 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. SOC must be completely unclassified. All responsible sources may submit a SOC, which will be considered. Responses from small business and small, disadvantaged business firms are highly encouraged. Any information submitted in response to this synopsis is strictly voluntary. The Government does not intend to award a contract on the basis of this announcement. All data received in response to this synopsis that is marked or designated as corporate or proprietary information will lly protected from release outside the Government. The Government will not reimburse any cost associated with submitting information in response to this RFI, nor shall any costs be allowed on any Government contract. 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 Gill at (310) 653-1789. The following clarifications on Sources Sought Synopsis on FA8807-09-R-0001GPS IIR On-Orbit Operations/Sustainment Support Contract were requested. Answers appear below. This notice has been extended to 4 Feb 2008. 1) Q: Considering the sole source intention, is this contract a factory support contract for Level 2 satellite services? Or is it Level 1 work that can be performed by experienced satellite engineers not employed by the satellite manufacturer? A: The Terms Level 1 and Level 2 do not normally apply to this type of service. The contract will provide continued specialized engineering support and expertise to replace an expiring GPS IIR support contract. Please refer to the synopsis paragraph titled ?On-Orbit Operations/Sustainment Support:? for a more detailed description. 2) Q: Does the work require access to satellite manufacturer proprietary data? If so, is there a provision for completing NDAs with the manufacturer? A: Yes, the work would require access to such information. No, currently there is no provision for completing NDAs with the manufacturer. Under the IIR contract, the Government acquired Limited Rights to the following items of technical data: 1. Tank Vibration Data 2. Core Interface Chip (CIC) 3. Cross Trap Bus Interface (CBI) 4. Memory Error Unit (MEU) 5. GPS IIR Transfer Orbit Passive Nutation Damping Analysis 6. BGSE Hardware Design Information and Documentation and Software Documentation 7. L-Band Antenna Design 8. Waveform Generator Design Under the IIR contract, the Government acquired Restricted Rights to the following items of computer software: 1. BGSE Software (All Revisions) The IIR contract incorporated by reference DFARS 252.227-7013 Rights in Technical Data and Computer Software (OCT 1988)(DAC 88-2). That clause defines the terms Limited Rights and Restricted Rights as follows: (15)Limited Rights means rights to use, duplicate, or disclose technical data, in whole or in part, by or for the Government, with the express limitation that such technical data shall not, without the written permission of the party asserting limited rights, be: released or disclosed outside the Government; used by the Government for manufacture, or in the case of computer software documentation, for preparing the same or similar computer software; or used by a party other than the Government, except that the Government, or permit the use of technical data by such persons, if ? i. such release, disclosure, or use? a. is necessary for emergency repair and overhaul; or b. is a release or disclosure of technical data (other than detailed manufacturing or process data) to, or use of such data by, a foreign government that is in the interest of the Government and is required for evaluational purposes; ii. such release, disclosure, or use is made subject to a prohibition that the person to whom the data is released or disclosed may not further release, disclose or use such data; and iii. the contractor or subcontractor asserting the restriction is notified of such release, disclosure, or use. (17)Restricted rights means rights that apply only to computer software, and include, as a minimum, the right to? i. Use computer software with the computer for which or with which it was acquired, including use at any Government installation to which the computer may be transferred by the Government; ii. Use computer software with a backup computer if the computer for which or with which it was acquired is inoperative; iii. Copy computer programs for safekeeping (archives) or backup purposes; and iv. Modify computer software, or combine it with other software, subject to the provision that those portions of the derivative software incorporating restricted rights software are subject to the same restricted rights. In addition, restricted rights include any other specific rights not inconsistent with the minimum rights in (a)(17)(i)-(iv) above that are listed or described in the contract or described in a license agreement made a part of the contract. 3) Q: Is the work solely related to the 2R satellites? A: This is related to the IIR and IIR-M satellites. 4) Q: How does this work differ from that being performed by the OSSS/NSOM contractor for the GPS mod at Schriever AFB? A: The only OSSS/NSOM work related to the IIR satellite sustainment is in the area of Orbital Analysis (OAs). All other support is provided by the SV manufacturer at this time. To clarify, the OSSS/NSOM contractor provides direct support for the 2/19 SOPS crews that operate the satellite. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-JAN-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-FEB-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8807-09-R-0001/listing.html)
 
Place of Performance
Address: Space and Missile Systems Center 483 North Aviation Blvd El Segundo, CA,
Zip Code: 90245-2808
Country: UNITED STATES
 
Record
SN01516535-F 20080227/080225231406 (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.