Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
MODIFICATION

18 -- Sources Sought Synopsis Space Based Space Surveillance (SBSS) Follow-On System - Responses to Questions

Notice Date
8/17/2009
 
Notice Type
Modification/Amendment
 
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
09-57
 
Archive Date
9/16/2009
 
Point of Contact
Jason M. Holman, Phone: (310)416-1634, Jon L. Hobart, Phone: 310-416-1778
 
E-Mail Address
jason.holman@losangeles.af.mil, jon.hobart@losangeles.af.mil
(jason.holman@losangeles.af.mil, jon.hobart@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attached are the responses to the questions posed by Industry. The Space Superiority Systems Wing (SYSW) is seeking interested contractors to provide a second SBSS Block 10 satellite that is integrated with the existing SBSS Block 10 ground system infrastructure, in order to ensure continuity of service for the space situational awareness (SSA) space tier. The follow-on acquisition will be based on existing Block 10 requirements with an expected award in late 3rd qtr FY10 and anticipated launch by early 1st qtr FY15. The Government intends to use the responses to this synopsis to determine whether or not a sole source contract will be appropriate. All responsible sources that believe they are capable of fulfilling a Prime Contractor role for an operational satellite system shall submit a written Statement of Capability (SOC) which shall be considered by SYSW. The SOC should identify concepts that leverage existing heritage space programs, minimize non-recurring development efforts, with high technology readiness levels (TRL). The candidate concepts must have a solution capable of meeting SBSS Follow-On requirements and delivering on the aforementioned launch schedule. Prime contractor SOCs should include the following information: Company name, address, primary POC including phone number; brief technical summary of TRL 8 or greater concepts to meet this need; evidence of ability to meet demanding schedule; evidence of optical payload, spacecraft and ground development and integration expertise for space programs; knowledge of Air Force Space Command SSA; evidence of capability to support operation and maintenance pertaining to space systems, description of facilities and equipment available for use in support of this effort; ability to obtain use of facilities for processing. In order to receive a copy of the Secret collateral Technical Requirements Document (TRD), potential Prime Contractors must submit a copy of their Facility Clearance Level (FCL) certifying they have a facility authorized for storage and they are authorized to process Secret collateral information as well as the name and number of the respective security and technical POC. The FCL and POCs must be submitted no later than 07 August 2009 to Catherine Detro at catherine.detro.ctr@losangeles.af.mil who will in turn coordinate appropriate method and manner for delivery of the Secret TRD to an authorized facility. Subsequent to the review of the SOC, potential Prime Contractors will be invited to Industry Day. While the TRD is Secret collateral, industry discussions will be held at a higher level. Additionally, the potential bidders must have a Sensitive Compartmented Information Facility (SCIF) in place for receipt of additional materials. Each Prime Contractor will be limited to four (4) attendees. Each person attending must have a current TS/SSBI with DCID 6/4 eligibility and be briefed SI/TK that can be validated via the joint personnel adjudication system (JPAS). If JPAS verification cannot be provided, then verification of sensitive compartmented information access from other agencies will be accepted. A Prime Contractor will submit for each person a Personnel Access Request (PAR), Special Access Program (SAP) Format 1, and IAW JAFAN 6/0 and 6/4 which meets Tier 1 Standards. If a person is not currently accessed to an Air Force SAP sponsored by SYSW, then an updated SF-86 signed within the last year must accompany the SAP Format 1. If the person is currently briefed to a SAP sponsored by SYSW, then only the SAP Format 1 is required. In all cases, the justification for SAP access is "To participate in SBSS Follow-On Discussions". Anyone not meeting Tier 1 standards will not be allowed to participate in industry discussions. As stated above, each Prime Contractor must have a SCIF that is either currently accredited by SYSW or must provide documentation showing the Prime Contractor has a currently accredited SCIF sponsored by another agency. Further, Prime Contractors must identify via a one (1) or two (2) page concept of operations, how they will store/process and segregate SBSS Follow-On information, what building/rooms will be used and, if applicable, identify the sponsor of your SCIF who will approve processing and storage of SBSS material in their sponsored facility. Potential Prime Contractors invited to the industry discussions will receive separate instruction via the invitation to attend identifying the POC for submission of SAP Format 1 PARs and facility documentation. Third party A&AS contractors have signed a Non-Disclosure Agreement and may take part in reviewing your questions and subsequent SOC submission. Contractors include: AT&T, Quantech, Scitor, Aerospace, MITL, Mantech, Tecolote and Kinsey THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. No contract award will be made on the basis of responses to this notice. Requests for requirements documents or other inquiries must be submitted to the following email addresses: jason.holman@losangeles.af.mil, jon.hobart@losangeles.af.mil, william.caldwell@losangeles.af.mil and ted.shoepe@losangeles.af.mil. Responses to this synopsis must be received via email to the addresses above by 1 September 2009 in electronic format (MS Word 2000 or newer, or PDF) and must conform to 8.5" X 11" page size, type 12 font. Submittals must not exceed 20 pages in length. Submissions should include the following format: Executive Summary, Concept Description, TRL Assessment, Compliance w/ TRD Requirements, Schedule, Experience with Optical Space Surveillance Systems, Facilities and Equipment, Security, Logistics and Sustainment, and Summary. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Submittals that contain classified materials must be coordinated with the points of contact listed above. The NAICS code for this announcement is 336414 with the applicable size standard of 1,000 personnel. Response from small business and small, disadvantaged business firms 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 Ombudsman 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. Interested parties are invited to call Mr. James Gill, USAF AFSPC SMC/PK at (310) 653-1789.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/09-57/listing.html)
 
Place of Performance
Address: SYSW/PK, 483 N. Aviation Blvd., El Segundo, California, 90245-2808, United States
Zip Code: 90245-2808
 
Record
SN01913631-W 20090819/090817235825-ddd3ba1928d9ecccab9523034662fcbf (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.