Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
DOCUMENT

18 -- LRSW Systems Engineering and Integration - Questions/Responses

Notice Date
9/24/2008
 
Notice Type
Questions/Responses
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
LRSW-SEI-08-29
 
Response Due
10/10/2008 4:00:00 PM
 
Point of Contact
Luis a Camaraza,, Phone: 310-653-1566, Robert L. Nadeau,, Phone: 3106531591
 
E-Mail Address
luis.camaraza@losangeles.af.mil, robert.nadeau@us.af.mil
 
Small Business Set-Aside
N/A
 
Description
Background: The Space and Missile Systems Center (SMC), Launch and Range Systems Wing (LRSW), Los Angeles Air Force Base, California, is seeking to identify sources for Systems Engineering and Integration (SE&I) services. These services will be performed in various locations, to include Northern & Southern California, Florida, and Colorado. Work under the proposed effort is tentatively scheduled to commence in 2009 and may continue for up to 10 years. Program Objectives: SE&I tasks are shared by the Government Program Office, Aerospace Corporation (Federally Funded Research and Development Centers (FFRDC)), the SE&I Contractor(s), the Atlas and Delta Launch Vehicle Contractors (LVC), and the RSA and SLRS Range contractors. SE&I tasks include providing the coordination, guidance and execution of end-to-end Launch and Range systems engineering and integration activities at the systems level across all internal and external interfaces for system test and verification, system deployment, operations, and sustainment. It also includes oversight and insight of systems engineering and integration as required to ensure system performance is met. It is expected that the SE&I contractor(s) must be capable of working intimately with the Government, external stakeholders' and contractor teams. However, the SE&I contractor must also have the capability to act independently and objectively for the benefit of maintaining LRSW cost, schedule and performance. Program Responsibilities: Government Program Office, Aerospace Corporation FFRDC, the SE&I Contractor, and Launch Vehicle Contractors (LVC) shall have the responsibilities described below. The LRSW 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 serves 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(s): It is vital that the SE&I Contractor(s) 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. SE&I SOCs Potential sources will provide enough information in their Statement(s) of Capabilities (SOC) to demonstrate they have performed/supported systems engineering and integration contracts on DoD Launch and Range programs of similar complexity, have an understanding of LRSW mission and future technology challenges, and can provide the capabilities in any or all of the task areas listed above. The specific task areas are as defined in the first attachment to this RFI. The second attachment identifies the skill sets needed for proposed sources to be able to perform in each of the task areas. Responses Interested SE&I contractor candidates may submit a Statement of Capabilities (SOC), on any of the task area(s) or on all twelve areas. Contractors submitting SOCs addressing more than one task area are requested to submit each task area SOC as a separate chapter or document. A minimum DoD security clearance of Secret is mandatory for all personnel supporting this effort. Some positions will require Top Secret - Sensitive Compartmented Information (TS/SCI) clearance. Interested parties must submit an unclassified SOC along with supporting documents described below. Interested contractors should address potential Organizational Conflict of Interest (OCI) in their SOC(s) and, if possible, submit mitigation plans with their SOC(s). No real or perceived Organizational Conflict of Interest can exist (reference FAR 9.505-1). Additionally, if teaming with other contractors provide the name of the contractors. If a teaming agreement is in place please provide a copy of the agreement. The SOC(s) shall not exceed 10 single-sided pages in length for each task area. All responses must conform to 8.5x11-inch pages, with font no smaller than 12 point. (The mitigation plan, SOC cover page/ table of contents pages and any teaming agreements are not part of the Capability Statement & will not count against the page limit). This sources sought synopsis is for market research only, seeking qualified prime contractors. Responses from small business and small, disadvantaged business firms are highly encouraged. Small Business coordination number is 08-29. Interested parties shall state the size of their business. This sources sought synopsis is for information and planning purposes only and does not constitute a Request For Proposal. 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 the SOC(s). Submission Instructions: Submit SOC(s) in either PDF format or Microsoft Word format via 2 CDs and one hard copy to the Government Procurement Contracting Officer, Mr. Robert Nadeau by the Response Due Date: 10 October 2008 by 4:00 PM PDT. LRSW/PK Attn: Robert Nadeau 483 N Aviation Blvd Bldg 270 A2-360 El Segundo CA 90245 Questions: All communication associated with this RFI shall be submitted in writing to the Government Procurement Contracting Office via email. to: luis.camaraza@losangeles.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d18c0a587facc26408e1d64753aafb67&tab=core&_cview=1)
 
Document(s)
Questions/Responses
 
File Name: Questions and Responses to Sources Sought (Sources Sought questions answers.doc)
Link: https://www.fbo.gov//utils/view?id=e3a25f917f660e23e5ed588324ab8454
Bytes: 23.00 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: LAAFB CA, Patrick AFB FL, Vandenberg AFB CA, Cape Canaveral AFS FL, and Peterson AFB CO, United States
 
Record
SN01680324-W 20080926/080924222424-d18c0a587facc26408e1d64753aafb67 (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.