Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
DOCUMENT

18 -- Remote Tracking Station (RTS) Block Change (RBC) Core Electronics and Antenna Station Upgrade - Sources Sought

Notice Date
6/2/2008
 
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, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
RBCSTARR2008
 
Archive Date
7/17/2008
 
Point of Contact
Timothy E Pink,, Phone: DSN 833-0007, Marilyn K. Washington,, Phone: (310) 653-2072
 
E-Mail Address
timothy.pink@losangeles.af.mil, marilyn.washington@losangeles.af.mil
 
Small Business Set-Aside
N/A
 
Description
Satellite Control and Network Systems Group (SCNG) intends to issue a contract action for the procurement of eleven (11) follow-on telemetry, tracking, and commanding (TT&C) core electronics and antennas, plus one (1) additional transportable RBC antenna for the Air Force Satellite Control Network (AFSCN) Remote Tracking Station (RTS) Block Change (RBC). The proposed action will be awarded as a new Satellite Control Network Contract (SCNC), and will be a Fixed-Price Incentive contract for satellite and network control services and support. The original ordering period on the SCNC contract has expired due to Government funding constraints and the complexity of RBC development. This effort involves the procurement and fielding of the core electronics and antenna facilities for 11 AFSCN ground stations with possible options to enhance the network's capability by fielding more ground stations world wide. The AFSCN is the Department of Defense's (DoD) primary network for supporting launch and early orbit operations. The AFSCN provides TT&C, mission data dissemination, and processing. It is also one of the nation's primary high-powered networks for emergency anomaly resolution of space vehicles. The AFSCN currently consists of legacy Automatic Remote Tracking Stations (ARTS) and is undergoing a modernization to state-of-the-art tracking stations (RBC upgrade). There are five (5) RBC antennas, one (1) transportable RBC antenna, one (1) RBC Integration and Support Suite (RISS), and one (1) Eastern Vehicle Checkout Facility (EVCF) RBC project currently on contract. This next contract will continue the modernization effort for the rest of the AFSCN by replacing the remaining legacy ARTS core electronics and antenna systems with RBC systems and adding new, additional remote tracking stations to the network. This core electronics and antenna upgrade will include, but not be limited to, the following deliverables: 1. Project Management 2. Project Systems Engineering 3. Configuration Management 4. Hardware Design & Development 5. Software Design & Development 6. Procurement 7. Production 8. System Integration, Assembly, Checkout, & Shipping 9. Test & Evaluation 10. Data & Documentation 11. Integration Logistics Support 12. Environmental Engineering Compliance 13. Site Acquisition, Installation, & Acceptance The value for these supplies and services is estimated at $338,000,000. The purpose of this synopsis is to determine whether potential offerors exist that are capable of achieving program objectives within acceptable cost, performance, and schedule parameters. Honeywell Technology Solutions, Inc. (HTSI) was awarded the Satellite Control Network Contract (SCNC) in December 2001 and is presently on contract for development of the first five (5) RBC articles. Due to requirements and schedule changes, the ordering period for the remaining eleven (11) RBC articles has expired. The nature of this acquisition is unique due to the complexity of integrating both legacy and systems currently in development. HTSI has performed identical work on the previous RBC articles. All responsible sources may submit a Statement of Capabilities (SOC) that will be considered. The Government anticipates that there may be a small percentage of set-asides for this action. Responses from small and small disadvantaged businesses are encouraged. The current expected contract order award date is the first or second quarter of fiscal year 2009. Responsible sources interested in this notice may submit their SOC with documented evidence of their capability to meet all cost, performance, and schedule requirements electronically no later than 11 Jun 2008 to the Points of Contact (POC) listed below. Refer to the four (4) attached technical documents: 1. RBC Requirements Document (RD) 2. Transportable RBC Unique & Common Requirements 3. Waivers/Requirements Clarifications 4. AFSCN CONOPS The SOC package should provide a summary of capabilities and past experience with the following information: 1. Cover Letter: Provide company name, mailing address, contracting and technical POCs, CAGE code, and statement of business size classification. Small business offerors please note that NAICS 541710 (1,000 employees) applies. The cover letter must be signed and dated by an authorized officer of the organization. 2. Executive Summary: Describe the proposed program, objectives, and approach. 3. Program Plan: Describe in detail the planned technical approach and how the approach will be executed. Provide a detailed description of the proposed system will seamlessly integrate with the existing RBC articles, without extensive redesign of or testing with the RBC system, will be accomplished, performed, and implemented. Include a concept of products, techniques, methods, materials, and a milestone chart identifying capability to meet requirements. Include a summary of cost, schedule and technical risks associated with the SOC program plan. 4. Past Performance: Outline relevant and recent experience in AFSCN RBC, or equivalent command and control (C2) project, development and integration. Include a list of points of contact (POC) with phone numbers and email addresses. 5. Personnel and Facilities: Describe ability to provide qualified personnel and facilities to work at the appropriate security level. 6. Rough Order of Magnitude (ROM) Cost Estimate: Explain cost savings expected due to realization of learning curve. All responses must be signed, scanned, and submitted by email to the POCs listed below in MS Word or PDF format, conform to 8.5 x 11 inch pages, with no smaller than 12 point font. All responses are to be unclassified and should not exceed fifty (50) one-sided pages. The Government will not consider pages in excess of this limitation. All submitted SOCs will be evaluated to establish a pool of sources capable of supporting this requirement; small businesses that submit a SOC should indicate if they are interested as either potential prime contractor or subcontractor. The Government will then determine extent of competition based on, but not limited to, availability of responsible qualified sources and integration capabilities. This determination is solely within the discretion of the Government. The selection of one or more sources for determination of competition will be based on an evaluation of each offeror's SOC to determine the overall merit of capability. The SOCs will be evaluated utilizing a peer or scientific review process and shall be evaluated based on the following criteria that are listed in descending order of importance: 1. Minimal duplication costs for RBC development. 2. Ability to maintain schedule requirements and meet delivery date for at least one (1) RBC site per year starting in FY11 and two (2) RBC sites per year starting in FY13. 3. Capability of meeting requirements and performance parameters as listed in the provided attachments. 4. Capability for seamless integration into the AFSCN RBC architecture. DECLARATION: Submit questions to the e-mail addresses below. This synopsis is not a formal solicitation. The Government does not intend to award a contract on the basis of this synopsis, or to otherwise pay for the information solicited herein.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6b379710d5f6a2128b90b73037b24479&tab=core&_cview=1)
 
Document(s)
Sources Sought
 
File Name: Requirements Matrix (RBC_Transportable_Requirements_Matrix_Rev_K_(10_Oct_07).XLS)
Link: https://www.fbo.gov//utils/view?id=ca65808739f8f809425caa45a5d394f2
Bytes: 4,606.50 Kb
 
File Name: Requirements Document (Requirements_Document_(RD)__21_May_03-NEW.doc)
Link: https://www.fbo.gov//utils/view?id=709c565f74d98efc7f339f8e91396b2e
Bytes: 2,268.00 Kb
 
File Name: CONOPS (CONOPS_FIN.DOC)
Link: https://www.fbo.gov//utils/view?id=23d437032a6934b0d833d7cd24008019
Bytes: 2,856.50 Kb
 
File Name: Waivers and Contract Letters 1/3 (Waivers_and_RC_contract_letters_1_of_3.zip)
Link: https://www.fbo.gov//utils/view?id=6e488d774e2d4cf1cdbb8e48fab7cba3
Bytes: 4,370.43 Kb
 
File Name: Waivers and Contract Letters 2/3 (Waivers_and_RC_contract_letters_2_of_3.zip)
Link: https://www.fbo.gov//utils/view?id=63d2b42beb2253ea0df51b7a462b18c5
Bytes: 5,461.68 Kb
 
File Name: Waivers and Contract Letters 3/3 (Waivers_and_RC_contract_letters_3_of_3.zip)
Link: https://www.fbo.gov//utils/view?id=97fc9ce82c2c0c7cb51fc6cab3b3c3c7
Bytes: 4,164.67 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: Address: Since this solicitation includes multiple RBC articles in various locations, the place of performance will vary. These locations include:, 1. Hawaii Tracking Station (HTS), Kaena Point, Oahu, Hawaii, 2. Vandenberg AFB Tracking Station (VTS), Vandenberg AFB, California, 3. Diego Garcia Tracking Station (DGS), Diego Garcia, British Indian Ocean, 4. Thule Tracking Station (TTS), Thule AB, Greenland, 5. Guam Tracking Station (GTS), Guam, Western Pacific Ocean, 6. New Hampshire Tracking Station (NHS), New Boston AFS, New Hampshire, 7. Telemetry & Command Station (TCS), RAF Oakhanger, Hampshire, England, United States
 
Record
SN01584475-W 20080604/080602215414-6b379710d5f6a2128b90b73037b24479 (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.