Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOURCES SOUGHT

16 -- MAGR 2000 Technical Services Sources Sought - Clause

Notice Date
9/11/2009
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
FA8807-05-D-0001_SSS
 
Archive Date
10/13/2009
 
Point of Contact
Geoffrey A. Levine, Phone: (310) 653-3338, Missy Mitchell, Phone: 310-653-3433
 
E-Mail Address
geoffrey.levine@us.af.mil, missy.mitchell@losangeles.af.mil
(geoffrey.levine@us.af.mil, missy.mitchell@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 REF# 09-60 SOURCES SOUGHT SYNOPSIS (SSS) MAGR 2000 TECHNICAL SERVICES 1. Type of Action: Sources Sought 2. Date: 11 September 3. Year: 2009 4. Contracting Office Zip Code: 90245 5. Classification Code: 16 - Aircraft Components and Accessories 6. Contracting Officer Address: 483 N. Aviation Blvd, El Segundo CA 7. Subject: Add a Technical Services CLIN and Clause for the Miniaturized Airborne Global Positioning System Receiver 2000 (MAGR 2000), Contract FA8807-05-D-0001 8. Contact Point or Contracting Officer: Contracting Officer - Missy Ann Mitchell, Missy.Mitchell@losangeles.af.mil (310) 653-3433 Contract Manager - Capt Geoffrey A. Levine, Geoffrey.Levine@losangeles.af.mil (310) 653-3338 9. Contract Line Item Number: 0032 10. Contractor: Raytheon Space and Airborne Systems 11. Description: The Global Positioning Systems Wing (GPSW), MAGR 2000 Program, intends to add a Technical Services CLIN and Clause to contract FA8807-05-D-0001 on a sole-source basis to Raytheon Space and Airborne Systems. The period of performance of the CLIN would be for the life of the contract (16 December 2014) and will acquire data packages, data rights, and approximately 10,000 direct labor hours. Contract FA8807-05-D-0001 for the production, upgrade and repair of Miniaturized Airborne GPS Receiver 2000 (MAGR 2000) does not currently have a Technical Services CLIN. Such a CLIN is required in order to garner the specialized support of the MAGR 2000 production contractor (Raytheon) for a variety of upcoming MAGR 2000 related support operations such as platform integration, and most immediately, a Depot Source of Repair (DSOR) decision. The Air Force is committed to retaining a robust and affordable organic depot maintenance capability to support the war fighter while fulfilling the requirements of Title 10 USC 2464 (Core organic capability) and Title 10 USC 2466 (50/50). Air Force policy mandates that all systems that require hardware, software and/or cryptological depot level maintenance have an approved DSOR decision. In order to accomplish the DSOR process on the MAGR 2000, the Government requires the assistance of Raytheon to identify the full scope of everything needed to establish a full-up organic depot and depot partnering approach. After the scope is defined, Raytheon will then be required to generate a complete data package detailing all of the elements in the scope. GPSW intends to expand the scope of the contract to include a Technical Services CLIN. The Government can then issue delivery orders against this CLIN for Raytheon to assist where necessary in the DSOR process. Under this new CLIN (0032) and Clause (SCR H.20) the Government shall have the right from time to time during the period of performance of this contract, to order technical services. The CLIN and Clause are attached to this SSS and described below. 1. SCOPE: The contractor shall provide technical services to Government, its Testers, Users, or Equipment Integrators. The contractor services include, but are not limited to, testing, written analysis, courses of action, on-site support and recommendations. The contractor may be required to provide the Government with deliverable products, data packages, and separately priced data rights to address Government concerns in regards to technical services requested. Specific services will be requested on a Request for Proposal (RFP) and ordered on a delivery order. Each delivery order under this clause will have a unique Statement of Work (SOW) to specify services and deliverables for the following requirements. 1.1. Integration support for MAGR 2000 equipment integration into designated platforms. This can include technical, operational and logistical support requirements. 1.2. Assistance with a Depot Source of Repair (DSOR) decision fulfilling the requirements of Title 10 USC 2464 (Core organic capability) and Title 10 USC 2466 (50/50). 1.3. On-site support as directed for the resolution of general technical, operational or logistical support issues or concerns. 1.4. Testing support services during technical, operational and logistics support testing including support questions concerning operation clarification and testing procedures of the MAGR 2000 receiver and accessories. Raytheon Space and Airborne Systems, the current MAGR 2000 contractor, is considered the only responsible source that can provide the above 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 USC 2304 (c) (l)). The GPSW MAGR 2000 Program is performing a market survey to determine if there are interested and qualified firms having the capability to provide technical services as described above on the equipment described below. P/N: 6450703-100 Nomenclature: R-2607B/U NSN: 5826-01-567-6367 NAICS 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, size standard 750 employees. The Government is contracting with Raytheon Space and Airborne Systems, 2000 East El Segundo Blvd, El Segundo CA 90245 to provide MAGR 2000's and support. Interested contractors are invited to submit a Statement of Capability (SOC) specifically addressing the ability to satisfy the above requirements to GPSW/PK, Attn: Capt Geoffrey A. Levine, 483 N. Aviation Blvd, El Segundo, CA 90245-2808. All responses are due no later than 28 September 2009, and must conform to 8.5 x 11-inch pages, with font no smaller than 12-point, with a maximum of 20 pages. The statement of capability 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 MAGR 2000 or similar technologies; 4) Ability to satisfy the Government's performance requirements described above; oral communications are not acceptable. SOC must be completely unclassified. All responsible sources may submit a SOC, which will be considered. Responses from small business and small disadvantaged business firms are highly encouraged. Any information submitted in response to this synopsis is strictly voluntary. The Government does not intend to award a contract on the basis of this announcement. All data received in response to this synopsis that is marked or designated as corporate or proprietary information will be fully protected from release outside the Government. The Government will not reimburse any cost associated with submitting information in response to this SSS, 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 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 at (310) 653-1789. 12. Place of Contract Performance: El Segundo CA 90245 13. Set-Aside Status: None ATTACHMENT 1. MAGR2K Technical Services CLIN and Clause.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8807-05-D-0001_SSS/listing.html)
 
Place of Performance
Address: El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN01950710-W 20090913/090912000751-7fd90410ff3b6de1118f98e7a0c4e35d (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.