Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
SOURCES SOUGHT

18 -- Sources Sought Synopsis Space Based Space Surveillance (SBSS) Block 10 Launch Processing, Risk Reduction and On-orbit Checkout

Notice Date
12/22/2009
 
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
10-15
 
Archive Date
1/30/2010
 
Point of Contact
Jason M.L. Holman, Phone: (310)535-2686, 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
The Space Superiority Systems Wing (SYSW) is seeking interested contractors to provide continuation of services to contract no. FA8819-04-C-0002 for Space Based Space Surveillance (SBSS) Block 10 Space Vehicle (SV) storage in a launch ready state, launch processing, risk reduction, and on-orbit checkout of the SBSS Block 10 system. The Government intends to use the responses to this synopsis to assess whether or not a sole source contract is appropriate. Contract no. FA8819-04-C-0002 was awarded to Northrop Grumman Mission Systems acting in capacity as the integrating contractor for a Boeing Company subcontract team. The Boeing team was responsible for the development, delivery, launch and operations of the space vehicle and ground elements. Due to delays in providing Government furnished launch services, the scheduled launch date of October 2009 was not met. FA8819-04-C-0002 will now be completed and a separate contract will be established for the activities described below. The Boeing team was responsible for the development, delivery, launch and operations of the space vehicle and ground elements and possesses highly specialized system knowledge to meet government requirements in a timely and cost efficient manner. The scope of work will include: storage, maintenance and transportation of the SBSS Block 10 space vehicle; maintenance of the SBSS ground segment and engineering support hardware and software; resolving parts obsolescence and shelf-life issues; launch call-up and preparation activities, including processing at a designated payload processing facility; launch and early orbit support; on-orbit commissioning, checkout and calibration; and studies to support risk reduction and mission assurance. The performance of this effort requires highly specialized expertise and system specific knowledge of the space vehicle, ground segment, and launch vehicle interfaces. Performance of this requirement also requires access to proprietary hardware, software and engineering development units to which the Government does not own full data rights. The estimated period of performance for this effort is 1 June 2010 through 60 days after SBSS Block 10 launch. The SBSS launch date is currently estimated to be in December 2010. Any persons or companies capable of fulfilling this requirement may submit a written Statement of Capability (SOC) containing the following information: Company name; address; primary POC including phone number; technical description of the offeror's experience; technical knowledge of the Space Based Space Surveillance Block 10 space vehicle, ground segment, and launch vehicle interface; description of facilities and equipment intended for use in support of this effort; proof of security clearances for government evaluation; and credible performance, cost, and schedule information to provide sufficient system trade spaces for decision-making. Interested sources must have experience with: satellite storage, maintenance, transportation and launch preparation; expertise in technical space mission assurance and risk reduction that support SBSS system performance requirements; spacecraft and launch vehicle integration; launch and early orbit support; spacecraft commissioning; and Space Situational Awareness (SSA) sensor calibration. The contractor must also have sufficient personnel cleared to handle government equipment and information up to, and including TS/SCI/SAR and have personnel with current TS/SSBIs as well as a Top Secret-SCI accredited SCIF. SOCS shall include credible performance, cost, and schedule information to provide sufficient system trade spaces for decision-making 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. Responses to this synopsis should be submitted via email in electronic format MS Word 2000 or newer format, or PDF format and must conform to 8.5"x11" page size, type 12 font, with a maximum of 20 total pages (11"x17" foldouts with minimum 12 font are acceptable but will count as two pages.) Send SOCs to attention: Capt Jason Holman and Capt Jon Hobart or e-mailed to jason.holman@losangeles.af.mil and jon.hobart@losangeles.af.mil to be received by 4:00 P.M. PST on 15 January 2010. The technical POC's for this effort are: Lt Col Jeffrey Wiemeri, jeffrey.wiemeri@losangeles.af.mil, Phone (310) 416-1588 or Major Stephen Behm, stephen.behm@losangeles.af.mil, Phone (310)416-1765. 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. The NAICS code for this announcement is 336414 with the applicable size standard of 1,000 employees. Responses from small business and small, disadvantaged business firms are highly encouraged. However, all businesses must be able to perform the requirements listed above at the time of submitting SOCs. 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/10-15/listing.html)
 
Place of Performance
Address: 485 N. Aviation Blvd., El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN02028970-W 20091224/091222234546-3fa316c6a0ef666499c2da627b5483ba (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.