Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
DOCUMENT

A -- Maintainance, Operations & Logistics Support for Space Based Space Surveillance - MOR Announcement with SOW

Notice Date
5/22/2008
 
Notice Type
MOR Announcement with SOW
 
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, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
08-31
 
Point of Contact
Richard Hulun,, Phone: 310-416-1784, Dwight B Taeza,, Phone: 310-416-1510
 
E-Mail Address
richard.hulun@losangeles.af.mil, dwight.taeza@losangeles.af.mil
 
Small Business Set-Aside
N/A
 
Description
The Space Superiority Systems Wing (SYSW) intends to award a sole-source, Cost Plus Award Fee (CPAF) follow-on contract to contract FA8819-04-C-0002 for Contractor Operations Support, Contractor Logistics Support, and Transition to Blue Suit Operations needed for the operations and maintenance of the SBSS Block 10 system. The initial contract was awarded to Northrop Grumman Mission System acting in capacity as the integrating contractor with Boeing subcontract team responsible for the development, delivery, launch and operations of the space vehicle and ground elements. The specific tasks to be performed for this follow on contract are outlined in the attached SOW and will be performed at Schriever AFB, CO. The estimated period of performance for the Contractor Operations Support is 19 February 2009 to 18 February 2010 (1 year), with a possibility of 2 additional 1-year options. The estimated period of performance for Contractor Logistics Support is launch plus 61 days for 1 year, with four (4) 12-month options. The estimated period of performance for Transition to Blue Suit Operations is 1 October 2009 for a period of eighteen (18) months. Approximate value for one year of Contractor Operations Support and Contractor Logistics Support is estimated at $25M. The intended source for this effort is Boeing Company, 2600 Westminster Blvd., Seal Beach, CA 90740, under the authority of FAR 6.302-1 - "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". The Government believes Boeing is the only company capable of providing the subject requirements based on the Government's need for supplies and services deemed to be available only from the primary source for the follow-on contract. This effort is for the continued provisioning of highly specialized supplies and services. It is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition, or would result in delays affecting the operations of the space vehicle and logistics support to ground element. As the SBSS Block 10 developer, Boeing is uniquely qualified to continue providing operations and maintenance efforts, logistics and sustainment support activities, and provide the necessary maintenance familiarization training (blue suit transition) along with factory reach-back support. Additionally, the current analysis approach includes a multi-year, multi-spiral development project with source code, proprietary hardware, and engineering design units to which the Government does not own full data rights. The reverse-engineering required to implement source code and engineering design from previous spirals will likely result in duplication of costs to the Government for investments already spent on the baseline system. Any persons or companies interested can submit a written Statement of Capability (SOC) containing the following information: Company name, address, primary POC including phone number, technical description of the offeror's experience, knowledge of Air Force Space Command space situational awareness (SSA), taskable space sensors and the associated Concept of Operations (CONOPS) and architecture, description of facilities and equipment intended for use in support of this effort; and proof of security clearances for government evaluation. Interested parties must have experience with analysis of Air Force Space Command military systems and capabilities, to include development of software and associated software tools, and must have detailed knowledge of Air Force Space Command space control systems, capabilities, and their operations across all SSA mission areas. The offeror must also have experience with operations, maintenance, and support of space ground systems/operations and detailed knowledge of applicable Space Wing operating and maintenance instructions and procedures. Interested parties must have the capabilities to support depot level maintenance, engineering analysis, and the expertise for integration of outside government depot maintenance capabilities into the sustainment concept. To mitigate schedule risks, interested parties must have strong experience with ongoing efforts and developments in SSA. Interested parties must also have expertise in developing, quantifying, and assessing various approaches that meet system performance requirements. These assessments shall include credible performance, cost, and schedule information to provide sufficient system trade spaces for decision-making. Interested parties must also have knowledge of current effects on SBSS and SSA. All interested parties must be cleared to handle government equipment and information up to, and including TS/SCI/SAR and have personnel with current TS/SSBIs as well as a Top Secret - SCI accredited SCIF. Responses to this synopsis should be submitted via email in electronic format MS Word 2000 or newer format, or PDF format and must conform to 8.5" X 11" page size, type 12 font, with a maximum of 20 total pages (11x17" foldouts with minimum 12 font are acceptable but will count as two pages). Send SOCs to attention: Capt Richard Hulun & Dwight Taeza or e-mailed to richard.hulun@losangeles.af.mil & dwight.taeza@losangeles.af.mil to be received by 4:00 P.M, PST, on 20 June 2008. Oral communications are not acceptable. Submittals that contain classified materials must be coordinated with either the primary or secondary points of contact. No contract award will be made on the basis of offers or proposals received in response to this notice. The NAICS code for this announcement is 541330 with the applicable size standard of $25M. Any business in this area of expertise will be allowed to participate in the submittal of SOC's. Responses from small business and small, disadvantaged business firms are highly encouraged. However, all businesses must be capable to support operations pertaining to the description of services at the time of submitting SOC's.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=94397ea99ddb1c033a1915ecddc17c89&tab=core&_cview=1)
 
Document(s)
MOR Announcement with SOW
 
File Name: MOR Announcement with SOW (MOR SOW - revised 5-22.pdf)
Link: https://www.fbo.gov//utils/view?id=62641a4cb1ce2a8b4b49538079f4d613
Bytes: 149.44 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Schriever AFB, Colorado Springs, Colorado, United States
 
Record
SN01579221-W 20080524/080522220502-94397ea99ddb1c033a1915ecddc17c89 (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.