Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOURCES SOUGHT

18 -- AEHF Satellite Vehicle #4 and a Priced Option for AEHF Satellie Vehicle #5

Notice Date
4/8/2009
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle 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
09-24
 
Archive Date
5/14/2009
 
Point of Contact
Van B. Choat,, Phone: (310) 653-8095, Darren B. Fullo,, Phone: (310) 653-8093
 
E-Mail Address
van.choat@losangeles.af.mil, darren.fullo@losangeles.af.mil
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for Market Research purposes only. The U.S. Air Force Space and Missile Systems Center (SMC) MILSATCOM Systems Wing (MCSW) intends to release a solicitation to purchase a fourth Advanced Extremely High Frequency (AEHF) satellite and to negotiate a priced option for a fifth satellite. The first three AEHF satellites will be launched in 2010-2012 after nine years of development. MCSW believes only the incumbent Prime developer is capable of performing this work, but is conduction market research to identify whether other sources exist which possess both the capability and experience to effectively respond to this notice. The responding Prime Contractor must be able to manufacture, integrate, test and deliver AEHF satellites having communications capabilities that are functional clones of the three AEHF satellites currently in production. Satellites must be fully backward compatible with existing ground infrastructure, to include fielded Low Rate Data (LDR) and Meduim Rate Data (MDR) terminals; in-development extended data rate (XDR) terminals; all elements of the AEHF Mission Control Segment; as well as planned or on-orbit Milstar and AEHF Satellites via their crosslink communications. The contractor must be able to perform complete spacecraft checkout in addition to inter-segment tests to include mission control, terminal, and key management interfaces. In addition, the Prime Contractor must have the ability to conduct on-orbit checkout, spacecraft and payload sustainment, and anomaly support. On-site locations include but are not limited to Schriever AFB, CO, Peterson AFB, CO and Cape Canaveral aFB, FL. Launch of the first satellite is required within seven years of the initial authorization for full funding expected in 2010. This notice is seeking only Prime Contractors, not suppliers of components, materials, software or services that may be used by a Prime Contractor to produce an AEHF satellite. Qualified sources (Prime Contracors only) must demonstrate the ability to produce these satellites with minimal investment by the Government in non-recurring engineering and high confidence of success. Qualified sources must additionally demonstrate all of the following capabilities: 1) A high confidence solution that includes mature payload and satellite bus technologies, ceritified payload and spacecraft on-board software that meets the mission and constellation requirements, mature test products to include Electronic Aerospace Ground Equipment, Mechanical Ground Support Equipment, established scripting and validated test procedures, and a high fidelity testbed environment. The use of space qualified, build-to-print drawings for unit, sub-system and space vehicle configurable items will be essential to minimize the amount of non-recurring engineering required. Such a design must include all of the System level requirement verification products to ensure that Space Vehicle 4 both meets requirements, while not posting any risk to the Milstar/AEHF constellation and the existing requirements baseline. The qualified source will also aviod any new technology development or fundamental effort to qualify or validate new space technologies outside of the existing AEHF technology baseline with the goal of minimizing the nonrecurring engineering and related risks with their insertion. 2) A thorough understanding of the technical interface requirements associated with the AEHF and Milstar payloads; Air Force, Army, and Navy terminals; AEHF COMSEC/TRANSEC System; AEHF and Milstar ground control and mission planning elements; and CCS-C. 3) A thorough understanding of AEHF information assurance requirements, including the key management plan and architecture, key authentication, key distribution, AEHF COMSEC/TRANSEC System products/schedule/issues, cryptographic key management for test assets, and certification and accreditation requirements. 4) Extensive systems engineering experience, knowledge, and background dealing with DoD-specific capabilities in the EHF secure satellite communications fiels, including system requirements analysis, test and verification, risk management, and system security management. Familiarity and experience working with DoD customers, to include the Air Force Space Command, Army, Navy, and Air Force Terminal Program (TPOs), is required to resolve to terminal to payload requirements issues. 5) Experience and understanding of the US Government foriegn disclosure requirements for support to the AEHF International Partners, including redaction of technical documents, processing and coordination of foriegn disclosure material. Training in international programs security requirements and international security and technology transfer/control; familiarity with National Disclosure Policy (NDP-1), the Air Force Delegation of Disclosure Authority Letter (DDL) and the International Traffic in Arm Regulations (ITAR); and experience in processing Exemptions to the ITAR and the process of formulating Technical Assistane Agreements (TAAs) between US contractors and foreign governments and their contractors is required. Interested parties (Prime Contractors only) may submit an unclassified Statement of Capability (SOC) within 15 days of this announcement demonstrating knowledge of AEHF satellites' critical interface requirements including hardware design, test procedures, individual spacecraft configurations and orbital procedures. The SOC shall not exceed ten one sided 8 inch by 11 inch pages in length, using fonts no smaller than 12 inch, with page layout margins set to one inch both horizontally and vertically. Responses must be submitted by e-mail as Microsoft Word or Adobe Acrobat file type attachments. The period of performance is for 11 years and will begin in 2010. This is an extension of the existing AEHF development, procurement and support contracts currently performed by Lockheed Martin Space Systems Company, Sunnyvale, CA. This notice does not constitute a Request for Proposals. 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 the submission of this SOC. The North American Industry Classification System (NAICS) code for this effort is 336414. The applicable small business size standard for 336414 is 1,000 employees. Submit all responses to: MCSW/PKA, Attn: Van Choat, 483 N. Aviation Blvd, El Segundo, CA 90245-2808 (e-mail van.choat@losangeles.af.mil ). All interested parties must identify to the Contracting Officer their capability to satisfy the Government's requirement within 15 days of this notice. Responses from small business and small, disadvantaged businesses are highly encouraged. An Ombudsman has been appointed to address 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 Ombusdman 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. The Ombudsman for the Space and Missile Systems Center is Mr. James Gill, 310-653-1789.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2788ae88b3ee5bbfcd14c798be30de4d&tab=core&_cview=1)
 
Place of Performance
Address: United States
 
Record
SN01788082-W 20090410/090408215424-2788ae88b3ee5bbfcd14c798be30de4d (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.