Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOURCES SOUGHT

69 -- Global Positioning System (GPS) IIF Positional Training Emulator

Notice Date
4/17/2009
 
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
FA8807-09-R-0004
 
Point of Contact
Linda D. Vanish, Phone: (310) 653-3777
 
E-Mail Address
linda.vanish@losangeles.af.mil
 
Small Business Set-Aside
N/A
 
Description
The Global Positioning Systems Wing intends to award a sole-source, firm-fixed price type contract with a schedule incentive to The Boeing Company. This action is to provide an Architecture Evolution Plan (AEP) Positional Training Emulator (PTE) to the 533rd Training Squadron (533TRS), 381st Training Group located at Vandenberg Air Force Base (VAFB). The PTE is a high-fidelity crew trainer used to train Air Force Space Command (AFSPC) "combat mission ready" crews to operate GPS Block IIA, IIR/IIR-M and IIF satellites in either crew or positional modes. It utilizes a slightly modified version of the operational AEP software, as well as, the Block IIR and Block IIF Space Vehicle (SV) flight software to provide a highly realistic training environment that is nearly identical to the AEP ops floor. It can accurately run hundreds of the GPS operational checklists without modification and accurately simulate the behavior of a constellation of GPS satellites or an individual satellite. Headquarters Air Education and Training Command (HQ AETC) and HQ AFSPC have recently approved a new operational requirement to have a PTE at VAFB. They would like the VAFB PTE to be operational within 3-5 months from time of contract award to support the 533TRS mission to provide AEP initial qualification training (IQT). As it is now, the GPS program replaced the existing legacy system in September 2007 and provided the 1st AEP PTE to the 50th Space Wing (50SW) for unit qualification training (UQT) and recurring crew training last fall. However, the program did not upgrade the existing legacy system Crew Training Emulator (CTE) at VAFB to support AEP IQT. This has shifted the burden of providing AEP IQT to the 50SW; a second PTE is urgently needed to correct this situation. In addition, installation of a second PTE at VAFB will allow HQ AETC and HQ AFSPC to expand the current GPS Basic Operator course to meet the 50SW Ops Group commander's intent that new GPS crew members coming from 533TRS will need little or no additional training before they can work on the AEP ops floor. The Government has been contracting with The Boeing Company to provide GPS IIF SVs and upgrade the existing GPS Operational Control Segment (OCS). The Government believes Boeing is uniquely qualified to provide the second PTE because: 1) no reprocurement documents, drawings or training and training materials were delivered under the original PTE development effort, 2) the second PTE must be backward compatible with the first PTE to minimize future upgrade costs, and 3) as developers of the original PTE, they are already familiar with the tasks associated with creating another PTE. As a result, Boeing is considered the only responsible source that can provide the following supplies and services without the Government incurring substantial duplication of cost that are not expected to be recovered through competition and/or unacceptable delays in fulfilling its requirements (10 U.S.C. 2304(c)(1)). The GPSW is performing a market survey to determine if there are interested and qualified firms having the capability described below. Under the basic effort, the contractor shall deliver a second PTE to VAFB and run a comprehensive PTE acceptance test, provide a Defense Information Assurance Certification and Accreditation Process (DIACAP) package to accredit the PTE for operations, present PTE operator training to 533TRS GPS training instructors, and provide PTE maintenance training to AETC maintainers to facilitate sustainment of the VAFB PTE. Under the optional sustainment portion of the contract, the contractor shall provide PTE system administration, org-level maintenance, and technical support to the 533TRS, if required on an "as needed" basis. The government's estimate of the contract award including options is approximately $5,000,000. This sources sought synopsis is for planning purposes only, and shall not be considered an Invitation for Bid (IFB) or a Request for Proposal (RFP), and in no way shall be considered as a commitment by the Government. Note 22: NAICS Code 336414 - Guided Missile and Space Vehicle Manufacturing All responsible sources (including Small and Small, Disadvantaged Businesses) may submit a Statement of Capabilities (SOC) which will be considered. Oral communications are not acceptable. The SOC must include the following information: 1) company name, mailing address, points of contact and telephone numbers; 2) business size classification (large, small, or other); 3) experience in GPS satellites or similar technologies; 4) ability to satisfy the government's performance and schedule requirements described above; and 5) the facilities to work at the SECRET security level (as the PTE is a classified training system). Proprietary information must be expressly identified in the SOC. Only U.S. owned companies resident within the continental United States or its territories will be considered. Responses to this synopsis should be submitted via email in MS Word 2000 or newer format or PDF format to Linda.Vanish@losangeles.af.mil with a follow-up signature hard copy of the submission to GPSW/PK, Attn: Linda Vanish, 483 N. Aviation Blvd., El Segundo, CA 90245-2808. All responses are due no later than 02 May 2009 and must conform to 8.5 x 11-inch pages, with font no smaller than 12-point, with a maximum of 20 pages. Any information submitted in response to this synopsis is strictly voluntary. Submission of the firm's SOC will be for informational purposes only. The Government does not reimburse respondents for any cost associated with submission of the information nor shall any costs be allowed on any Government contract. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during 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 Ombudsman shall maintain strict confidentially as to the source of the concern. The Ombudsman does not participate in the source selection process. Interested parties are invited to call Mr James Gill at (310) 653-1789 Place of Contract Performance: 533rd Training Squadron (533TRS) Building 8195 Vandenberg AFB, California 93437 United States Archiving Policy: Manual Archive Allow Vendors To Add/Remove From Interested Vendors: yes Allow Vendors To View Interested Vendors List: yes
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a3be24c4a60c8c831b84a88fe5574c89&tab=core&_cview=1)
 
Place of Performance
Address: 533rd Training Squadron (533TRS), Building 8195, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN01795667-W 20090419/090417215617-a3be24c4a60c8c831b84a88fe5574c89 (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.