Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2010 FBO #3266
SOURCES SOUGHT

A -- GPS IIIA Launch and Checkout System (LCS)

Notice Date
11/1/2010
 
Notice Type
Sources Sought
 
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
 
Solicitation Number
FA8807-10-C-0001
 
Archive Date
12/8/2010
 
Point of Contact
Sara E Lawlyes, Phone: (310) 653-3451
 
E-Mail Address
sara.lawlyes@losangeles.af.mil
(sara.lawlyes@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Missile Systems Center (SMC), Global Positioning Systems Wing (GPSW), Los Angeles Air Force Base, CA intends to modify the existing GPS Advanced Control Segment (OCX) contract (FA8807-10-C-0001) with Raytheon Company, 16800 E CentreTech Pkwy, Aurora, CO 80011-9046, (972) 205-4293, to take delivery of a Launch and Checkout System (LCS) capability, which is a subset of OCX Block 1.0. This effort will provide Launch and Early Orbit Operations (LEO), bus and payload checkout of the GPS IIIA Space Vehicle, interim contractor support, support for transition to operations, and associated contractor sustainment activities. The contractor will perform engineering, development, testing, training, and related activities to deliver LCS, which is a subset of OCX Block 1.0. The Government will provide the LCS as Government Property (GP) to the GPS IIIA Prime contractor, Lockheed Martin, for installation at Lockheed Martin's facility in Newtown, PA, or in another facility selected by the Government. The LCS must be installed, checked out, and fully operational by first quarter of calendar year 2014 to support the first GPS IIIA Space Vehicle (SV-1) launch scheduled for May 2014. The Government will then use LCS to launch and perform bus and payload checkout of all Lockheed Martin-developed GPS III satellites. As a part of this effort, the Government intends to provide future instances of OCX Block 1.0 and Block 2.0 as updated GP versions of LCS to Lockheed Martin with selectively enabled functions determined by the then current Government CONOPS. This approach will ensure the same OCX software configuration will support launch, checkout, end-to-end test, and potentially other operations of all GPS satellites at the selected LCS facility and at the OCX Master Control Station and Alternate Master Control Station. This approach is designed to enable future sustainment and operation of a single OCX-based system to launch, checkout, operate, sustain, and support the entire GPS constellation through all states of its constituent satellites from launch through disposal. The LCS is required to prevent unacceptable delays in supporting the launch of GPS IIIA SV-1 and the subsequent bus and payload checkout. The timely launch of GPS IIIA SV-1 is critical in meeting constellation availability, as well as providing an opportunity to fully complete end-to-end ground and on orbit test activities and to ensure follow-on satellite production will not be impacted by late discovery of design or workmanship problems. The Government does not anticipate another offeror can meet the required project timelines with an alternative that does not result in substantial duplication of Government costs and intends to award a sole-source contract modification to Raytheon Company. Interested parties may submit a Statement of Capability (SOC) no later than 15 working days after posting of the subject notice/Sources Sought Synopsis. The SOC must include the following information: Company Name, Mailing Address, Point of Contact and Telephone Numbers, Business Size Classification (Large, Small, or Other), Personnel/Size Standard and experience-specific work previously performed or being performed relevant to this follow-on effort. Interested parties must demonstrate in their SOC they have the capability to provide the systems and services to fulfill the Government's immediate, short-term need for the projects described above. Interested parties must also demonstrate how an alternative approach can be cost competitive with the long term sustainment plans described above. The SOC shall not exceed 20 pages. The Government will use this SOC to determine if there is sufficient interest in the marketplace from qualified sources to attempt full and open competition. This announcement is for information and planning purposes only. It does not constitute a Request for Proposal and is not to be construed as a commitment by the Government. The Government will not pay any costs associated with the submittal of information solicited herein. The SOC and all related communications that contain proprietary information should be marked as such. Verbal responses will not be accepted. Responses from small business and small disadvantaged business firms with the capability and capacity to perform this requirement 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 notice expires 15 working days after publication. The NAICS code for this effort is 541712 and the Small Business Size Standard is 1000 employees. Capabilities information may be emailed to Ms. Sara E. Lawlyes, Contracting Officer, at Sara.Lawlyes@losangeles.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8807-10-C-0001/listing.html)
 
Place of Performance
Address: Aurora, Colorado, 80011, United States
Zip Code: 80011
 
Record
SN02320359-W 20101103/101101234217-f74bd1855f7a43a21edada924080ac3f (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.