Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SPECIAL NOTICE

B -- GPS IIF Advanced Integration Studies for CY09

Notice Date
7/31/2009
 
Notice Type
Special Notice
 
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
09-58
 
Archive Date
8/30/2009
 
Point of Contact
Darin B. Huler, Phone: 310-653-3249
 
E-Mail Address
Darin.Huler@losangeles.af.mil
(Darin.Huler@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Small Business Size Standard - 1,000 employees The Global Positioning System (GPS) Wing intends to award a Supplemental Agreement modification under Contract Number F04701-96-C-0025 to The Boeing Company incorporating the Estimated Labor Hours, and the estimated rates per hour (not to exceed a total price $550,000.00), for CY09 in Special Contract Requirements (SCR) H.4 and cost-plus fixed-fee CLIN 1600. The purpose of these studies will be to conduct feasibility assessment and analysis to determine the validity, necessity, adequacy, impact, potential implementation, and cost of all proposed changes in requirements for the GPS system (including user equipment), and proposed changes to other GPS dependent systems (including military, civil, commercial, and international applications). Also, provide engineering and management support to prepare studies of solutions to operational, logistical, administrative, business, and technical problems (e.g. reducing operator workload through increased reliance on on-orbit autonomy). The Government is on contract with Boeing to develop and produce GPS IIF satellites and to upgrade the existing GPS Operational Control Segment. The Government believes Boeing is uniquely qualified to provide these studies, as it will require systems and data that are proprietary to Boeing. Furthermore, the Government does not have exclusive rights to this data. These Studies will require extensive knowledge of Boeing's unique, proprietary design solution to the GPS IIF spacecraft. Additionally, these studies will include research of methods to maximize technical capability or extend the useable life of the GPS IIF satellite. Due to the aforementioned reasons, no other contractor would be able to adequately produce the Studies, which can only be accomplished with Boeing proprietary systems and data. As such, Boeing is considered the only responsible source that can perform the above stated Studies without the Government incurring substantial risk and duplication of costs that are not expected to be recovered through competition and/or unacceptable delays in fulfilling its requirements (10 U.S.C. 2304(c)(1)). All responsible sources, to include Small and Small Disadvantaged Businesses, may submit a Statement of Capabilities (SOC) which will be considered. Oral communication is not acceptable. The SOC must include the following information: 1) company name, mailing address, points of contract 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 as described above. 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 darin.huler@losangeles.af.mil with a follow-up signature hard copy of the submission to GPSW/PK, Attn: Darin Huler, 483 N. Aviation Blvd., El Segundo, CA 90245-2808. All responses are due no later than 15 August 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 information 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 the acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendation 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/09-58/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN01894816-W 20090802/090731235601-6714cae676b63f826df3a4aa8617cb86 (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.