Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOLICITATION NOTICE

A -- GPS Block IIA Sustainment

Notice Date
4/12/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
 
Archive Date
4/26/2010
 
Point of Contact
Ann daCruz, Phone: 7195569475, Kathryn M. Bernstein, Phone: 7195568838
 
E-Mail Address
ann.dacruz@peterson.af.mil, kathryn.bernstein@peterson.af.mil
(ann.dacruz@peterson.af.mil, kathryn.bernstein@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA8823-10-C-0001
 
Award Date
4/1/2010
 
Description
COORDINATION AND APPROVAL DOCUMENT (also known as Justification Review Document) Contracting Activity: Department of the Air Force, AFSPC SMC SLG/PK Local Identification Number: J&A 09-16 Program Name: Global Positioning System (GPS) IIA Sustainment Authority: 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(iii) Estimated Contract Cost: $28.1M Type J&A: Individual Program Manager (Technical/Requirements Cognizance): _____________________________________________ _____________ Marc Ratey, Capt, GPSW/OSN DATE DSN: 560-7264, COM: (719) 567-7264 Contracting Officer: _____________________________________________ _____________ Richard R. Cournoyer, AFSPC SLG/PKW DATE DSN: 834-9332, COM: (719) 556-9332 Director of Contracting in Colorado Springs: _____________________________________________ _____________ Adonijah Edwards, AFSPC SLG/PKW DATE DSN: 834-2909, COM: (719) 556-2909 Legal Reviewer: _____________________________________________ _____________ James H. Haag, AFSPC SMC/JAQ DATE DSN: 633-3240, COM: (310) 653-3240 Competition Advocate: _____________________________________________ _____________ Renay Campbell-Labriola AFSPC SMC/PK DATE DSN: 633-1821, COM: (310) 653-1821 GSPW/CC: _____________________________________________ _____________ Col David Madden, GPSW/CC DATE DSN: 633-3301, COM: (310) 653-3301 APPROVED: _____________________________________________ _____________ Joy M. White, SES, AFSPC SMC/PK DATE DSN: 633-1784, COM: (310) 653-1784 JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION I. CONTRACTING ACTIVITY Contracting Organization: Department of the Air Force Air Force Space Command SMC SLG/PKW Acquisition Office: GPSW/OSSD 1050 E. Stewart Ave, Bldg 2025 Peterson AFB, CO 80914-2902 Contracting Officer: Richard R. Cournoyer, DSN 834-9332 Contracting Office Location: Centralized Integration Support Facility 1050 E. Stewart Ave, Bldg 2025 Peterson AFB CO 80914-2902 II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED The purpose of this Justification & Approval (J&A) is to obtain approval to proceed with a sole source acquisition in accordance with FAR § 6.302-1(a)(2)(iii). The proposed acquisition will be a firm fixed price (FFP) contract for on-orbit operations/sustainment support of the Global Positioning System (GPS) IIA satellite constellation for the period of one year beginning 01 Jan 2010 with six one-year options extending through 2016. The total estimated cost for this contract, including options, is approximately $28.1M. The anticipated award date for this contract is 16 Dec 2009. III. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS Under the contemplated contract action, The Boeing Company (Boeing) will provide engineering and related activities necessary to support on-orbit operations for the GPS IIA constellation. These services will include operation procedures, system test support, training, transfer and drift orbit operations, disposal planning and operations, performing engineering and related activities necessary to support orbital operations, and maintaining and operating the Telecommunications Simulator Module (TSM), located at Cape Canaveral Air Force Station, FL. Boeing will also provide daily technical support, data evaluation and trending, anomaly resolution, provide on-orbit data collection, calculations and analysis, and maintain engineering liaison support to anomaly resolution and related activities necessary to support orbital operations. In addition, Boeing will update command plans and the Orbital Operations Handbook (OOH) following on-orbit anomaly resolution to assure integrity of continuing space vehicle (SV) operations; provide continuing support of the Operational Control Segment (OCS) and ensure compatibility with the GPS IIA SVs; and ensure continuing Space Segment/Control Segment (SS/CS) interface compliance via review, analysis, implementation, testing and documentation of technical changes and incompatibilities. Finally, Boeing will support integration for all upgrade activities between the SV and OCS and ensure command procedures and databases are maintained to support on-orbit operations. The period of performance for these services will be from 01 Jan 2010 to 31 Dec 2010 and, if all options are exercised, through 31 Dec 2016. 3400 appropriations will fund this effort. IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1(a)(2)(iii). V. DEMONSTRATION THAT THE CONTRACTOR'S UNIQUE QUALIFICATION OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE The GPS, a program administered by the GPS Wing (GPSW), is a navigational radio positioning, time transfer, and Nuclear Detonation Detection System (NDS) consisting of three components: SS, CS, and User Equipment Segment. The radio positioning and time transfer system provides a signal environment, which enables GPS users to precisely determine three-dimensional position, velocity, and system time. The SS consists of the GPS satellite constellation with its associated ground equipment and provides the following capabilities in support of the GPS mission: L-Band Signal-In-Space capability, an Ultra-High Frequency signal for crosslink transmission, and an S-Band uplink/downlink interface to the CS. The NDS provides the capability of near real time detection location, identification and characterization of worldwide nuclear events. The operational constellation includes GPS Block IIA, GPS Block IIR and IIR-M SVs and will in the very near future include GPS Block IIF SVs. In 1983, the Air Force awarded a FFP contract (F04701-83-C-0031) to Boeing for the production of twenty eight GPS Block II SVs. In 1984, the Air Force awarded a modification to the F04701-83-C-0031 contract to Boeing for the addition of W-sensors to the remaining 19 GPS Block II SVs creating the Block IIA SV. The modification incorporated incentive and award fees to accommodate the increased risk to Boeing for these changes. In 1998, the Air Force awarded the II/IIA follow-on satellite sustainment contract (F04701-C-98-0002) to Boeing. Under that five-year Cost-Plus-Fixed-Fee contract which the GSPW later extended for an additional five year period, Boeing provided on-orbit satellite maintenance, analysis, trending and reporting for the then nine GPS Block II SVs and 19 GPS Block IIA SVs. All the GPS Block II SVs have since been disposed and only GPS Block IIA SVs remain on orbit and require support by the contractor. As the original designer and sustainer of the GPS Block II/IIA SVs, Boeing possesses extensive experience unique to the development, launch, and sustainment of those SVs including the implementation of procedures relating to the handling of classified information inherent to the design of the remaining GPS Block IIA SVs. Boeing's GPS sustainment experience is especially vital at the present time because the aging SVs require substantially more operational support than when they were new. Boeing's engineers have specific knowledge of GPS Block IIA satellite payload (e.g., navigation payload, NDS payload) and bus subsystems operations, mission planning, documentation, Telecommunications Simulator operations and maintenance, and anomaly identification and resolution as those matters relate to the current and future satellite constellation and OCS, data trending, and crew familiarization specific to the GPS IIA SV. They are intimately familiar with the GPS Integrated Mission Operations Support Center, which is operated and maintained on the Boeing IIF contract, a unique archival and data retrieval system used by the operational warfighter for accurate and timely satellite data trending as well as an aid to anomaly resolution. They created the GPS Block IIA OOH and update it on a regular basis to support the operational community. With respect to anomaly resolution, any source performing the services described in Section III above must have in-depth knowledge and experience with the systems and processes described above in order to quickly identify and resolve any anomalies - because an inexperienced contractor may not recognize a problem or react quickly enough to prevent unrecoverable errors. Boeing's engineers have witnessed the majority of anomalies and know the root causes of these past anomalies. That experience cannot be met by any other source without that source experiencing the same learning Boeing has experienced over the past 10 years. In addition, Boeing's engineers currently operate and maintain the TSM, a complex test asset utilized by the entire GPS program. Located near the GPS ground antenna at Cape Canaveral Air Force Station, the TSM is a ground-based engineering representation of the space-based GPS Block IIA SV Boeing built from engineering development models (EDMs). It is used to test changes to telemetry, tracking and commanding software before those changes are used during mission operations to ensure that such changes will not adversely affect mission operations when uploaded to a GPS Block IIA SV. The physical configuration of the EDMs varies slightly from the GPS Block IIA SV. This acquisition will require the maintenance and operations of the TSM. Although Boeing brought those EDMs up to acceptable electrical performance, they occasionally exhibit out of tolerance characteristics (e.g., timing) as compared to the electrical performance of a GPS Block IIA SV. Only Boeing's engineers possess extensive knowledge of these characteristics, knowledge which is essential to effectively maintaining those SVs. Finally, Boeing's engineers ensure continuing SS and CS interface compliance due to the fact that there is a close relationship between the division that will perform the contemplated contract and the division currently building GPS Block IIF SVs and modifying the CS to operate those SVs. The communication between these two groups is exceptional. Any changes to the existing OCS or other SVs (e.g., GPS Block IIR, IIR-M, GPS Block IIF) must be compatible with the GPS Block IIA SVs. In order to ensure this compatibility, Boeing engineers participate in technical meetings and review design documents with the other GPS SV manufacturer (Lockheed Martin Space Systems Company). This knowledge is not easily captured or transferable to another source because of the unique design and operation of those satellites. Therefore, this acquisition will be a follow-on contract for the continued performance of a highly specialized service. The GPSW believes that award to any other source would result in unacceptable delays in fulfilling the Air Force's requirements. The GPSW estimates it would take another source a minimum of two years to become sufficiently familiar with the GPS Block II/IIA SVs and their performance history, the past and future SV trending data, the GPS Block IIA OOH, and SS and CS interface compliance to be able to perform the services described in Section III above. This estimate is based upon Boeing's on-orbit sustainment performance for over 10 years and its inherent experience with the anomalies that have previously occurred and the likely anomalies that will occur in the next five years. If during that period of time the IIA SV incurs an anomalous condition, such as deviating from the required orientation of the SV to the earth, the warfighter would have reduced signal coverage on the earth's surface, causing the accuracy of the GPS receiver equipment to be degraded. This degradation would decrease the positional accuracy of personnel, weapons targeting, etc. in the local area resulting in greater potential for personnel to be in the wrong location, weapons striking off-target and ultimately increasing the potential for additional loss of life (both civilian and military). In contrast, given the experience and expertise of its engineers described above, Boeing is able to provide such highly specialized services starting from the date of contract award. Accordingly, Boeing is the only firm capable of providing the services described in Section III above without the Air Force experiencing unacceptable delays in fulfilling its requirements. VI. DESCRIPTION OF EFFORTS MADE TO ENSURE OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE On 19 December 2008, the Contracting Officer posted a sources sought synopsis under solicitation number 09-07. The synopsis contained a brief description of the requirement described in Section III above and invited firms interested in performing those services to submit a Statement of Capability (SOC) describing their ability to satisfy those requirements. Only Boeing responded to the synopsis by providing an SOC. VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE The Contracting Officer will have adequate information to ensure that the cost/price to the Government for this acquisition will be fair and reasonable based on (1) historic cost information contained in the GPS IIA contract, (2) certified cost and pricing data obtained from Boeing, (3) Government established objectives based upon that historical data, (4) Defense Contract Audit Agency audit reports, (5) Defense Contract Management Agency recommendations, and (6) technical evaluations conducted by the GPSW. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS, OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED As described in Section VI above, market research, in accordance with FAR Part 10, was also conducted by synopsis of the proposed acquisition, advising industry of the pending acquisition and soliciting inquires from interested parties. In addition, the Program Manager conducted extensive market research via the Internet. Specifically, the Program Manager evaluated one hundred and eleven company websites for GPS experience, experience with GPS sustainment and operations, or both. The Program Manager also evaluated each company's website for sustainment and operations experience on other satellite programs. Only a limited number of companies had experience with sustainment or operations, but none other than Boeing had experience with the GPS Block IIA SV. IX. ANY OTHER FACTS SUPPORTING USE OF OTHER THAN FULL AND OPEN COMPETITION None. X. LIST OF SOURCES, IF ANY, THAT EXPRESSED INTEREST IN THE ACQUISITION See Section VI above. XI. A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE MAKING SUBSEQUENT ACQUISITIONS FOR THE SUPPLIES OR SERVICES REQUIRED Any follow-on contract to the proposed acquisition will be publicized using a sources sought synopsis. In the event the Air Force becomes aware that another contractor is capable of fulfilling the requirement during the course of the proposed acquisition's period of performance, in accordance with FAR § 17.207(d) the Contracting Officer will consider that information when deciding whether to exercise the next option period. XII. CONTRACTING OFFICER'S CERTIFICATION The Contracting Officer's signature on this Coordination and Approval Document demonstrates this document to be both accurate and complete to the best of his knowledge and belief. XIII. TECHNICAL/REQUIREMENTS PERSONNEL'S CERTIFICATION As evidenced by their signature on the Coordination and Approval Document, the technical and/or requirements personnel have certified that any supporting data contained herein that is their responsibility is both accurate and complete.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ba3ebddb2d50c60dad18bb43e9cb50e9)
 
Place of Performance
Address: The Boeing Company, 320 Wooten Road, Colorado Springs, Colorado, 80916-4700, United States
Zip Code: 80916-4700
 
Record
SN02119307-W 20100414/100412234811-ba3ebddb2d50c60dad18bb43e9cb50e9 (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.