Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
MODIFICATION

R -- GPS Operations Center (GPSOC)

Notice Date
8/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
GPS_Operations_Center_(GPSOC)
 
Point of Contact
Ann T Young, Phone: 719-567-3450, Kathryn Dillon, Phone: 719-567-3847
 
E-Mail Address
ann.young@schriever.af.mil, kathryn.dillon@schriever.af.mil
(ann.young@schriever.af.mil, kathryn.dillon@schriever.af.mil)
 
Small Business Set-Aside
N/A
 
Description
UPDATE This Sources Sought notice supersedes the GPSOC sources sought notice posted on 23 April 2009 and amended on 4 May 2009. The paragraph stated below GPS USER SUPPORT constitutes a change to the GPSOC requirement which was previously provided under Sources Sought dated 23 April 2009 and amended on 4 May 2009. GPS USER SUPPORT The 50th Contracting Squadron at Schriever Air Force Base (SAFB), Colorado seeks potential sources to provide continuous monitoring and analysis of Global Positioning System (GPS) standard positioning service and precise positioning service telemetry and provide the Government and authorized GPS system users system status, system performance assessments, system performance predictions, and problem resolution assistance under the Air Force Space Command's 50th Space Wing. Statement of Capability (SOC) Submission Interested parties should submit a Statement of Capability (SOC). SOC packages shall be submitted NLT Responses are due by September 25, 2009, 3:00pm Mountain Standard Time. Submitted information shall be UNCLASSIFIED. Respondents should be aware that the majority of resources must be employed within a Restricted Area and Secret environment. A statement must be addressed by respondents as to the ability to provide the personnel to perform support at the Secret level, in addition to TS/SCI capabilities and clearances. The SOC shall contain company information to include point of contact information, company background, DUNS number, and pertinent and specific information addressing relevant technical capabilities. Company's standard format is acceptable; however, please limit responses to no more than 25 single-sided pages. Submittal of professional qualifications and specific experience of all personnel who may be assigned, not including clerical, may be included to enhance our consideration and evaluation of the information submitted. Previously Submitted Statement of Capability (SOC) Interested parties who previously submitted a Statement of Capability in response to Sources Sought dated 23 April 2009 and amended on 4 May 2009 need to reaffirm their interest by sending an e-mail to Ann Young at ann.young@schriever.af.mil. A new SOC is not necessary. Responses referencing this notice may be submitted by mail, fax or e-mail Attention: Ann T. Young, Contract Specialist, or Kathryn J. Dillon, Element Chief. Address postal or parcel delivery to: 50CONS/LGCZB, 210 Falcon Parkway, Suite 2116, Schriever AFB CO 80912-2116; direct fax transmission to: 719-567-3153 (DSN 560-3153); or direct e-mail to: ann.young@schriever.af.mil or kathryn.dillon@schriever.af.mil. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 1 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the submitter's responsibility to verify the package was delivered or e-file was received and can be viewed. Notice to Interested Parties This IS NOT a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided by industry to the Government as a result of this sources sought notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. It is the responsibility of interested parties to monitor and review this site frequently for any updates, changes, or amendments to this notice. Requests For Further Information Only written requests for information regarding this notice received directly from the requestor are acceptable and should be directed to the Contract Specialist, Ann T. Young, at the address listed herein. Telephone requests WILL NOT be accepted. END 25 August 2009 Update 4 May 2009 Amendment to GPSOC Sources Sought This is a reposting of the original notice posted 23 April 2009. The 50th Contracting Squadron at Schriever Air Force Base (SAFB), Colorado seeks potential sources to perform professional engineering/communications technical services in support of the GPS Operations Center of the 2nd Space Operations Squadron (2 SOPS) under Air Force Space Command's 50th Space Wing. Proposed contract will be comprised of a one-year basic contract and four one-year options, with an anticipated period of performance of October 2010 - September 2015. Interested parties shall submit Statements of Capability with detailed descriptions of capabilities in the following areas: GPS User Operations Requirements The GPS User Operations concept brings together in one organization all of the expertise; data fusion; analysis and visualization capabilities; security controls; and performance information required to operate, maintain, and employ GPS to produce desired effects across the full spectrum of conflict. Specifically, this concept brings together, under one entity, all of the disparate segments of the GPS operations, analysis, and Navigation Warfare (NAVWAR) capabilities to form a single effects-based center capable of optimally supporting overall national security strategy and full compliance with all national and international civil requirements. The GPS User Operations is a dynamic organization that must adapt to support new warfighter/civil user needs and new system specifications. The overarching mission of the User Operations center is to operate, maintain, and employ GPS to produce a desired effect in support of military, civil, and allied operations. The contractor must be able to provide sufficient manning to support 24 hour-7 day a week (24/7) operations and to continually refine, evolve, integrate, establish, and operate existing capabilities to ensure optimal delivery of data, products, and services to GPS users. Extra personnel are required during normal duty hours (0730L-1630L) to support planned or on-going GPS issues requiring GPS User Operations mission analysis. The mission analysts (MAs) shall support research and analysis functions for various GPS related products, inquiries, and problem reports from military and civil U.S. government (USG) agencies as well as non-USG entities as directed. Support real-world tests, exercises, and operations for DoD and HLS forces. Track all requests for information (RFI) and problem reports (RAA) in a database that allows easy access andretrieval capability. The majority of contractor resources will be employed within a Restricted Area at both the Secret and Top Secret/SCI levels. The contractor must have on staff, or have the ability to hire and retain, personnel to perform the work with the required clearances. The core support personnel will be required to work with day-staff on-site primarily at Schriever AFB, Colorado. In addition, the Contractor must possess technical capabilities in the following areas: 1. Communicate and coordinate with outside agencies to facilitate effective use of GPS, or similar satellite system. 2. Maintenance of GPS-related interagency Memorandum Of Agreements (MOA) or Memorandum Of Understandings (MOU) and modifications to the same. 3. Establishment of "best practices" and suggested courses of action to improve operations. 4. Meeting support of GPS (or similar satellite system) user operations. 5. GPS (or other similar satellite system)-related situational awareness and notifications of impending degradations or outages. 6. Maintenance of day-to-day operational procedures to predict and report GPS (or other similar satellite system) performance. 7. Monitor and troubleshoot the GPS (or other similar satellite system) feed from the Master Control Station (MCS) to multiple users. 8. Provide training and academic instruction on GPS (or other similar satellite system) -related systems. 9. Interface with other GPS-related contractors for situations requiring software or hardware solutions. 10. Publish/Monitor/Troubleshoot continual flow of data from the GPSIS network for use by GPS community, or an equivalent capability on another similar satellite system. 11. Provide 24/7 continuous monitoring and analysis of the satellite PPS performance and SPS telemetry; continuous support to the GPS User Community for EMI, RFI and anomaly resolution; availability of GPS test and operational mission planning expertise to the GPS User Community; or an equivalent capability on another similar satellite system. 12. Provide agencies with daily global and regional performance predictions, tailored pre-/post-mission GPS performance assessments and work with appropriate agencies to determine GPS threats and vulnerabilities; or an equivalent capability on another similar satellite system. 13. Software modifications to and training for GPS Interference and Navigation Tool (GIANT), or an equivalent capability on another similar satellite system. 14. Training and education of personnel regarding GPS, GIANT, & GPS User Operations capabilities, or an equivalent capability on another similar satellite system. 15. Maintenance and modification of existing GPS Information Service (GPSIS) software, or an equivalent capability on another similar satellite system. 16. Manage the SCIF SCI/SAP Information Assurance Program in accordance with applicable regulations, instructions, policies and/or established guidelines. 17. Management and implementation of SCI physical security policies and procedures within the SCIF. Incumbent Contractor LinQuest Corporation, previously known as Titan CSSD, dba LinCom Corporation, currently performs engineering support services under Contract No. FA2550-06-C-8003 (GPS Operations Center - GPSOC). Statement of Capability (SOC) Submission Responses are due by June 1, 2009, 3:00pm Mountain Standard Time. Submitted information shall be UNCLASSIFIED. Respondents should be aware that the majority of resources must be employed within a Restricted Area and Secret environment. A statement must be addressed by respondents as to the ability to provide the personnel to perform support at the Secret level, in addition to TS/SCI capabilities and clearances. The SOC shall contain company information to include point of contact information, company background, DUNS number, and pertinent and specific information addressing relevant technical capabilities. Company's standard format is acceptable; however, please limit responses to no more than 25 single-sided pages. Submittal of professional qualifications and specific experience of all personnel who may be assigned, not including clerical, may be included to enhance our consideration and evaluation of the information submitted. NAICS code 541330 (Engineering services for military and aerospace equipment and military weapons) with a small business size standard of $27M is applicable to the proposed effort. Interested parties must include a brief description of relevant contract experience offered to the Government and to commercial customers. Include contract number and description, magnitude, and points of contact for each example provided (name of the point of contact, address, e-mail, telephone number, fax number, and the company's web page, if applicable). Small Businesses must demonstrate how they will accomplish at least 51% of the stated requirements listed in this synopsis. Respondents to this notice should indicate whether they qualify as a large or small business under NAICS Code 541330, and provide evidence of status as a small disadvantaged business, 8(a), woman-owned, HUB Zone certified, or Service Disabled Veteran Owned small business. Responses referencing this notice may be submitted by mail, fax or e-mail Attention: Steven A. Wells, Contracting Officer, or Kathryn Dillon, Element Chief. Address postal or parcel delivery to: 50CONS/LGCZB, 210 Falcon Parkway, Suite 2116, Schriever AFB CO 80912-2116; direct fax transmission to: 719-567-3153 (DSN 560-3153); or direct e-mail to: steven.wells@schriever.af.mil or kathryn.dillon@schriever.af.mil. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 1 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the submitter's responsibility to verify the package was delivered or e-file was received and can be viewed. Any responses received not addressing each of the stated requirements will be rejected. Notice to Interested Parties This IS NOT a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided by industry to the Government as a result of this sources sought notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. It is the responsibility of interested parties to monitor and review this site frequently for any updates, changes, or amendments to this notice. Requests For Further Information Only written requests for information regarding this notice received directly from the requestor are acceptable and should be directed to the Contracting Officer, Steven A. Wells, at the address listed herein. Telephone requests WILL NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/GPS_Operations_Center_(GPSOC)/listing.html)
 
Place of Performance
Address: 2nd Space Operations Squadron (2 SOPS), Schriever AFB, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN01925428-W 20090827/090826000431-9f95336bd27115aee2e73575136fd776 (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.