Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOLICITATION NOTICE

A -- SYSW Space Control Technical Analysis and Evaluation Contract

Notice Date
8/8/2008
 
Notice Type
Modification/Amendment
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
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
no_solicitation_No
 
Response Due
8/15/2008 4:00:00 PM
 
Archive Date
8/30/2008
 
Point of Contact
Erin R Gulden,, Phone: 310-416-1606, Mike Scott, Phone: 310-416-1580
 
E-Mail Address
Erin.Gulden@losangeles.af.mil, michael.scott.ctr@losangeles.af.mil
 
Small Business Set-Aside
N/A
 
Description
Reference No 08-38 a) The Space and Missile Systems Center (SMC) Space Superiority Systems Wing (SYSW) plans to award a sole source contract to The Johns Hopkins University Applied Physics Laboratory (JHU/APL) for Space Control analysis, from 1 October 2008 to 31 October 2010 (2 years), with a possibility of eight additional 1-year options. Approximate value is estimated at $3M per year. b) The intent is to award a contract to maintain an essential engineering, research, or development capability to be provided by an educational institution, JHU/APL. JHU/APL’s core competencies include (but are not limited to) designing, development, and prototyping of space systems; analysis and evaluation of space systems and space-related date; and research and development of systems that provide characterization of the space environment, situational awareness, accurate discrimination, and targeting of threat objects. c) As a University Affiliated Research Center (UARC), JHU/APL shall assist SMC/SYSW (and STRATCOM, AFSPC, and similar agencies) with the technical assessments, systems & program integration, and strategy & concepts development supporting the Space Control mission area. Further, the fundamental application of this UARC expertise will be to establish concepts for maintaining US mission capability in the face of varied threats by leveraging all space, air, terrestrial, and cyber elements that can be integrated into a solution. Aspects of this effort will include projecting and red-teaming possible threats, developing mitigation across all domains and across all applicable systems with the specific goal of identifying weaknesses in current mission sustainment that result from stovepiping. d) This contract will support the analysis of systems, capabilities, and concepts within the Space Control mission areas of Counterspace (CS), Space Situation Awareness (SSA), and space Command and Control (C2). This contract will ensure maximum leverage of developed capabilities, consistency in assessment approach, long-term continuity, and short-term responsiveness to requirements for critical analysis that refines and expands upon work performed to date by APL. In addition to program support via papers and studies, ongoing support includes the development of an “end-to-end” ISSA system modeling and simulation capability. This contract will permit the Government to efficiently ensure the mission areas are fully integrated and there is sufficient continuity with one contractor for the Government to realize maximum benefits. e) The Government needs to maintain analysis consistent with the current approach without interruption and substantial duplication of cost not expected to be recovered through competition. The current analysis approach includes developing and maintaining a Concept Development Testing Environment (CDTE) that provides for Organizational Conflict of Interest (OCI)-free access for industry contractors to demonstrate and test potential new DCS and SSA products. APL’s structure provides for a relatively OCI-free environment, critical to handling proprietary data. f) Space Protection Program (SPP) – JHU/APL shall assist SMC/SYSW (and STRATCOM, AFSPC, and similar agencies) with technical assessments, systems & program integration, and strategy & concepts on the emerging space protection mission area. Provide Subject Matter Experts for requirements and capabilities studies, intelligence and physical analysis of vulnerabilities (attack modalities) of spacecraft systems, sensors, and ground systems, as well as cyberspace and information assurance domains. Provide threat characterization, assessment of vulnerabilities due to technology advancements, and development of countermeasures may include signature characterization, signature and detectability models, developing operational guidance, and prototyping systems, technologies, or TTPs. g) Simulation and Modeling – JHU/APL shall provide simulation and modeling of selected concept designs across all disciplines of space systems. This includes space phenomenology, cyberspace, threat analysis/effects, space segment performance, operations, ground segment interfaces, terrestrial systems and their implications, cross-mission CONOPS, and enterprise-wide mission capability sustainment to include US government assets, civil/commercial assets, and foreign assets. h) All interested parties can submit a written Statement of Capability (SOC) no longer than 10 pages and containing the following information: technical description of the offeror’s experience and knowledge of Air Force Space Command space control systems, Concept of Operations (CONOPS), and architecture; description of facilities and equipment intended for use in support of this effort; proof of security clearances for government evaluation; and their OCI strategy to maintain an OCI-free environment. In addition, they shall include their plan to insure separation of contractor’s proprietary data. Interested parties must have experience with analysis of Air Force Space Command military systems and capabilities, to include development of analysis software and tools, and must have detailed knowledge of Air Force Space Command space control systems, capabilities, and their operations across all mission areas (DCS/SSA/C2). They must also have knowledge of the intelligence community processes, systems, capabilities, operations. To mitigate schedule risks, interested parties must have strong experience with ongoing efforts and developments in space control and must be ready to initiate or continue analysis and products immediately upon contract award. i) 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. SOCs should be sent to SYSW/PK, Attn: David Kessler, 483 North Aviation Blvd. El Segundo, CA 90245-2808 or e-mailed to david.kessler.ctr@losangeles.af.mil and received by 4:00 P.M, PST, on 15 Aug 2008. 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 SOCs received in response to this notice. The NAICS code for this announcement is 541712 with the applicable size standard of 1,000 employees. 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. BE ADVISED: An Ombudsman has been appointed to hear concerns from potential offerors. The purpose of the Ombudsman is to receive and communicate concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this proposed acquisition. The Ombudsman will communicate certain offeror issues, disagreements, and recommendations on this proposed acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate an offeror's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the offeror. The Ombudsman will not participate in the evaluation of SOCs for this proposed acquisition. The Ombudsman is Mr. James Gill, phone number (310) 653-1789. Routine questions, such as clarifications, are not considered to be "significant concerns" and should be communicated directly to the primary or secondary POCs (See 5. or 6. above for contact information).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7d883d3083e2e2bb9da33dc399538533&tab=core&_cview=1)
 
Place of Performance
Address: SYSW/PK, 483 North Aviation Blvd, El Segundo, California, 90245-2808, United States
Zip Code: 90245-2808
 
Record
SN01634978-W 20080810/080808221554-93de2c9d4ac048d8db56b9b903ef8dc1 (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.