Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2010 FBO #3263
SOLICITATION NOTICE

C -- MILSATCOM Systems Engineering, Integreation and Architecture (MSSEIA) Services

Notice Date
10/29/2010
 
Notice Type
Cancellation
 
NAICS
541330 — Engineering Services
 
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
FA8823_MSSEIA
 
Point of Contact
Kimberly S. McGough, Phone: 7195562919, Kennon McPeters, Phone: 719-556-2906
 
E-Mail Address
kimberly.mcgough@peterson.af.mil, Kennon.McPeters.Ctr@Peterson.af.mil
(kimberly.mcgough@peterson.af.mil, Kennon.McPeters.Ctr@Peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SMC SLG/PKM, located at Peterson AFB, CO, is contemplating awarding a systems engineering support services contract in support of Air Force Space Command's MILSATCOM Operations and Sustainment Logistics Program Office (MCSW/OSL), Peterson AFB CO. This contract will provide engineering support services in the areas of MILSATCOM systems' security architecture and cryptographical requirement analyses, modernization, engineering, integration, and test; Communications Security (COMSEC)/Transmission Security (TRANSEC) key-material equipment, and architecture requirement analyses, modernization, engineering, integration, and test; systems' interoperability specifications, systems' test requirements, systems' information technology assessments, systems' security and architectural design, and related technical and sustainment support activities for the various MILSATCOM systems' segments and elements. MCSW/OSL internally and externally managed systems include current operational MILSATCOM systems, follow-on MILSATCOM systems transitioning from acquisition to sustainment, and various system support programs and necessary resident support equipment. Resident support equipment includes, but is not limited to MCSW/OSL test environments which are used to meet system test and integration objectives. During the performance of these contract tasks, the contractor will identify any changes to the systems' operational availability, maintainability, and reliability. Places of performance are the contractor's facility, the Centralized Integration Support Facility (CISF), Peterson AFB, Colorado, and other Government and/or Contractor facilities as required. Specifically, the contractor will perform MILSATCOM systems' problem report investigation, systems'-level technical engineering evaluations and assessments, feasibility studies, trade-off analyses, systems integration and interface support, and system security architectural design studies, recommendations, and prototypes as necessary in support of MCSW/OSL systems' sustainment activities and provide recommended resolution for any identified current or future problem areas. In addition, the contractor will develop systems' test and evaluation plans and provide necessary systems' testing support. In addition, the contractor shall maintain MILSATCOM Key Management Support and Key Validation Plans. Expert-level MILSATCOM systems' engineering, systems' architecture, and systems' security architecture knowledge and experience is required to perform identified contract activities. In addition, all contractor personnel performing these activities must possess security clearances at the TOP SECRET-level. Interested parties must submit an unclassified Statement of Capability (SOC) within 10-business days of this announcement demonstrating the following: expert-level MILSATCOM systems' security architecture knowledge and experience, expert-level understanding of MILSATCOM cryptographic key-material and equipment requirements, extensive knowledge of MILSATCOM systems' operations knowledge, and the availability of skilled, highly-qualified, experienced personnel in current possession of Top Secret security clearances. The SOC shall not exceed 10 one-sided pages in length. Response must be submitted by e-mail in electronic form in Microsoft Word 98 or higher, or in PDF Format. All responses must conform to 8.5 by 11 inch pages, with font no smaller than 12 point. The basic contract period of performance is 5-years with estimated award in early 2011. The projected Request for Proposal (RFP) release date for this effort is December 2010. The current contractor incumbent is Science Applications International Corporation (SAIC), 360 Command View Colorado Springs, CO 80915. This synopsis is for information and planning purposes only; it does not constitute an RFP. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any cost associated with the submission of an SOC. Responses from small business and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. The applicable North American Industry Classification System (NAICS) code is 541330 ($4.5M). Submit all responses to synopsis to: SMC SLG/PKM, Attn: Ms. Kimberly McGough, 1050 East Stewart Avenue, Peterson AFB, CO 80914-2902 (e-mail: kimberly.mcgough@peterson.af.mil). An Ombudsman has been appointed to address concerns from offerors or potential offerors. 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 concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is Jim Gill, SMC/PK, 310-336-1789.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823_MSSEIA/listing.html)
 
Place of Performance
Address: Address:Centralized Integration Support Facility (CISF), 1050 East Stewart Avenue, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02319419-W 20101031/101029233955-0a7f75409fcc377a10da0aac88b796bc (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.