Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SPECIAL NOTICE

A -- Request for Information for EPS Ground Segment Development and SEIT - EPS CAPS SOO

Notice Date
3/25/2011
 
Notice Type
Special Notice
 
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
11-45
 
Archive Date
4/30/2011
 
Point of Contact
Natalie R Tunnell, Phone: (310) 653-9530, William T Althoff, Phone: (310) 653-9525
 
E-Mail Address
natalie.tunnell.ctr@losangeles.af.mil, william.althoff@losangeles.af.mil
(natalie.tunnell.ctr@losangeles.af.mil, william.althoff@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Enhanced Polar System (EPS) Systems Engineering, Integration, and Test (SEIT) Statement of Objectives Enhanced Polar System (EPS) Control and Planning Segment (CAPS) Statement of Objectives Notice Type: Request For Information (RFI) Original Posted Date: 25 March 2011 Posted Date: 25 March 2011 Original Response Date: 15 April 2011 4:00pm Pacific Response Date: 15 April 2011 4:00pm Pacific Archiving Policy: Automatic, 15 days after response date Archive Date: 06 May 2011 Classification Code: A --Research & Development NAICS Code: 541712 --Research and Development in the Physical, Engineering, and Life Sciences NOTICE INFORMATION Agency/Office: Air Force Space Command Location: Space and Missile Systems Center SMC/PKJ 483 North Aviation Blvd El Segundo, California 90245-2808 Title: Request For Information (RFI) for Enhanced Polar System (EPS) Ground Segment Development and Systems Engineering, Integration, and Test (SEIT)   Synopsis: THIS IS A REQUEST FOR INFORMATION ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, A REQUEST FOR PROPOSALS, A SOLICITATION, A REQUEST FOR QUOTES, OR AN INDICATION THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES. Background & Description The EPS program is a follow-on to the operational Interim Polar System and will meet the communication needs of the user community above 65 deg North latitude. The EPS communications capability is based upon the Extended Data Rate (XDR) waveform, communications security, transmission security, and cryptology approaches. EPS mission control and mission planning will be independent of the Advanced Extremely High Frequency (AEHF) system while EPS key management will interface with the AEHF Key Management Architecture (KMA). This Request for Information (RFI) by the USAF Space and Missile Systems Center (SMC), Military Satellite Communications (MILSATCOM) Directorate seeks industry feedback on capabilities for the following approaches: 1. Develop an architecture and prototype ground segment for the Enhanced Polar System (EPS) and transition these products to an operational system post milestone B (assuming 3Q FY12 Authority to Proceed (ATP)); 2. Provide Approach 1 above, plus discuss the capabilities for EPS System Engineering, Integration, and Test (SEIT) activities. The Government would appreciate feedback on the feasibility of coupling EPS ground segment development with EPS system level SEIT functions currently performed by the Government. Functions of the EPS ground segment are: 1. Telemetry and Command 2. Communications Planning 3. Simulator, Test, and Training 4. Support, Operations, and Maintenance Functions of the EPS system level SEIT task are: 1. System Engineering process development and execution 2. Requirements, Analysis and Verification 3. Interface Management 4. Integration and Test 5. Information Assurance Objectives Objectives of this RFI include the following: 1. Gather information from industry on capabilities for a potential acquisition of an EPS ground segment. 2. Identify industry capabilities to meet draft ground segment requirements, specifically areas that affect cost, risk, and schedule. 3. Gather information from industry on capabilities to perform EPS SEIT functions in conjunction with ground segment development. 4. Support preliminary acquisition documentation and strategy development for a potential acquisition. 5. Gather information to support budgetary planning. Responses This section contains all information required to submit a response. No additional forms, kits, or other materials are needed. SMC appreciates responses from all capable and qualified sources that contain the following content and format. • Content: Statement of Capabilities: o Experience in developing MILSATCOM EHF Command and Control systems based upon SMC specifications and standards o Experience in developing MILSATCOM Mission Planning Systems based upon XDR waveforms o Experience in developing and modifying communications security, transmission security and cryptology approaches compatible with AEHF Key Management Architecture o Capability to develop a Command and Control and Mission Planning prototype that demonstrates critical functionality o Capability for transitioning a pre milestone B prototype to a post milestone B operational system o Capability to develop Interface Control Documents and conduct system and segment testing and verification o Capability to support Initial Operational Test and Evaluation (IOT&E) no later than 2Q FY17 o Experience and capability to provide EPS SEIT support as described in this RFI o Capability to support handling of material up to TS/SCI and provide personnel with access up to TS/SCI Supporting Documentation: o Budgetary estimates, by Fiscal Year (FY), divided into 4 areas (Hardware, Software, Systems Engineering/ Program Management (SEPM), and Integration & Test) for each approach o Schedule showing major milestones for each approach o Example timelines and costs from past experiences similar to each approach o Feedback  Recommended acquisition approach  Significant cost and risk drivers o Statement of any potential Organizational Conflict of Interest (OCI) issues of unequal access to information, biased ground rules, impaired objectivity, and/or unfair competitive advantage with potential participation in requirements development, the competition, and/or performance of the contract concerning SEIT or development and production of the CAPS. Contractors should provide mitigation plans if they have any of the potential OCI issues. NOTE: Mitigation plans are not included in the page count but are still governed by the formatting guidelines • Format: A non-proprietary one page cover sheet should identify this RFI number & title, organization(s), responder's technical and administrative points of contact - including names, titles, postal address, phone and fax numbers, and email addresses. No telephone inquiries will be accepted. All inquiries (technical, contractual, administrative), questions, or clarifications of any kind must be submitted via email to the POC listed below. Responses must be limited to 15 pages including the cover page and table of contents. All responses must conform to 8.5 inch pages; single sided with font no smaller than 12 point and 1-inch margins. RFI responses must be delivered to the POC no later than 4:00 PM PDT, on 15 Apr 2011. All inquiries, questions, or clarifications, to the extent possible, should be unclassified and for general access by the Government, other evaluators, and other respondents. All discussions, questions/answers, and other data that is not related to competition sensitive or contractor proprietary material may be provided to other respondents. Any material provided may be used in development of future solicitations. Any proprietary information submitted must be clearly and separately identified and marked and will be appropriately protected. The Government will NOT be responsible for any proprietary information not clearly marked. Classified delivery must be arranged in advance. Responses at classification levels above DoD SECRET are discouraged, but may be considered. Classified responses must include identification of their source of classification guidance. Responses from small and small disadvantaged business are encouraged. Disclaimers and Notes This RFI is issued solely for information and planning purposes and does not constitute a program or contractual solicitation. SMC is under no obligation to acknowledge receipt of submissions or of the information received, or to provide feedback to respondents with respect to any information submitted under this RFI. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The Government intends to use the information received in response to this RFI for planning purposes for which a formal Request for Proposal may result. However, the Government will not award a contract directly on the basis of this RFI or to otherwise pay for the information solicited. Participants in review and evaluation of responses may include: The Government; Federally Funded R&D Centers (such as The Aerospace Corp, Lincoln Laboratory, and MITRE); Systems Engineering and Technical Assistance (SETA) contractors (Linquest, TASS, MCR); all are bound by appropriate non-disclosure requirements. Regarding this RFI, no contact is allowed with these organizations except as may be arranged in advance with the point of contact (POC) listed below. In addition to the attached Statement of Objectives, interested parties should contact the POC listed below to request the Control and Planning Segment (CAPS) Specification. Point of Contact Contracting POC: William T. Althoff, Procurement Contracting Officer (PCO) Phone: (310) 653-9525 Email: William.Althoff@losangeles.af.mil Alternate POC: Natalie Tunnell, Buyer Phone: (310) 653-9530 Email: Natalie.tunnell.ctr@losangeles.af.mil Contracting Office Address: SMC/PKJ 483 North Aviation Blvd El Segundo, California 90245-2808
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/11-45/listing.html)
 
Record
SN02409180-W 20110327/110325234211-bcdc7636b706cb6e4a62ee97825c9b63 (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.