Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
MODIFICATION

58 -- Military Global Positioning System (GPS) User Equipment (MGUE) Industry Day #4 and draft request for proposal (RFP)

Notice Date
6/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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
11-64
 
Archive Date
7/5/2011
 
Point of Contact
Eric Dale Winger, Phone: 3106533548, Rajib Basu, Phone: 310-653-3109
 
E-Mail Address
dale.winger@losangeles.af.mil, rajib.basu@losangeles.af.mil
(dale.winger@losangeles.af.mil, rajib.basu@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The Global Positioning System (GPS) Directorate at the Los Angeles Air Force Base (LAAFB) Space and Missile System Center (SMC) intends to host Military GPS User Equipment (MGUE) Industry Day #4 on 20-21 June 2011. The General Session will be held on 20 June 2011 beginning at 0800 at the Gordon Conference Center, located 483 N. Aviation Blvd, Building 270 (1st Floor), Los Angeles AFB, CA 90245-2808. The goal of MGUE is to develop, integrate, and produce M-code capable; GPS receivers for the designated lead service platforms specified in the draft MGUE Capability Development Document (CDD) dated 15 December 2009. These platforms encompass Air (e.g. F-15E), Ground (Raven) and Maritime (Arleigh-Burke Class Destroyer (DDG)) domains, as well as a new military handheld unit with modernized GPS capability and improved human-machine interface (HMI) features. Under the emerging MGUE acquisition strategy, SMC/GP is considering awarding contracts for the development and certification of production ready GPS receiver form factor cards for the for the Raven, F-15E, and DDG platforms that leverage existing technologies to the maximum extent to reduce development risks. Upon successful certification and operational tests/assessments, SMC/GP intends to award Low-Rate Initial Production (LRIP) options for these form factors. SMC/GP intends to pursue an Offeror specified production ready Common GPS Module (CGM). In addition, SMC/GP intends to pursue a Handheld prototype development and demonstration leveraging the technologies developed in the production ready form factors and CGM described above. MGUE Industry Day #4 will provide an overview briefing and supporting documentation for the draft MGUE Increment 1 request for proposal. After the briefing, MGUE will lead discussions to discuss feedback from attendees. Contractors should note that SMC/GP intends to publicize all recommended changes that could affect revisions to the RFP. SMC/GP is specifically interested in receiving feedback on, but not limited to, the following items: 1. Executability of the Government reference MGUE Increment 1 schedule 2. Sufficiency and appropriateness of the compliance documents (both Government and Offeror generated) and the associated tailoring and authoring instructions 3. Approach to implement Offeror generated plans and standards as compliance documents on the contract 4. Quantity, timing and sufficiency of the tailoring instructions for the Contract Data Requirements List (CDRL) items 5. Contract scope associated with Government reference Statement of Work (SOW), Work Breakdown Structure (WBS), and model contract (Draft RFP Sections A-K) 6. Sufficiency and timing of the entrance and exit criteria of Government standard for technical reviews and audits (SMC-S-021) as tailored 7. Key discriminators (as written in sections L and M as well as the attendee's position on what would constitute the key discriminators for the upcoming MGUE Increment 1 source selection 8. Approach to implement a Unit Cost Reduction program on the contract to emphasize production unit cost control on the subsequent Low Rate Initial Production (LRIP) contract option and follow-on Full Rate Production (FRP) contract 9. Structure of the special clauses (Draft RFP Section H) and the approach to executing the MGUE Increment 1 contract options 10. Sufficiency of the Technical Sample instructions (Government Reference Document # 20) 11. Elements of concern relative to the funding profile 12. Elements of concern relative to the requirements including Technical Requirements (Specifications) and Programmatic requirements 13. Elements of a winning proposal (INFORMATION MAY BE MARKED AS PROPRIETARY) Contractor teams will be afforded an opportunity to meet with SMC/GP personnel in scheduled one-on-one sessions, to discuss their written feedback and other topics they may not want to publically discuss during the overview briefing. However, the SMC/GP intends to publicize all recommended changes that could affect revisions to the Draft RFP. If your contractor team would like to participate in the Industry Day #4 one-on-one sessions, please provide written feedback to the RFP and make an appointment as instructed below. Please identify a primary POC for your company, along with phone number and e-mail address. Contractor teams must submit comments/feedback for the released RFP documents using the provided comment resolution matrix (CRM) NLT 15 June 2011. A one-on-one session will not be granted unless a CRM is submitted to the Government. To attend Industry Day #4, please register your Primary Contractor Team and submit visit requests as instructed below (Registration) no later than 15 June 2011. All qualified contractors, to include small and small disadvantaged businesses, are encouraged to attend. The applicable NAICS is 334220 with a size standard of 750. The POC for Industry Day #4 is Ms. Christina Kuo, Email: christina.kuo@losangeles.af.mil, (310) 653-3747; if you have any questions or concerns please contact her. The Industry Day #4 overview briefing and follow-up one-on-one sessions will NOT contain any classified information. For updated information on Industry Day, including schedule changes or cancellation notices, visit www.fbo.gov (FedBizOps.gov). Be advised that visitor parking is limited. Each attendee must register at the following website NLT 15 June 4:00 PM PST. https://einvitations.afit.edu/SMCGP/index.cfm After contractors register for Industry Day, they will be contacted by e-mail regarding any changes to MGUE FedBizOps content. If there is something that is not posted that you would like to see, please contact the POC. The following documents can be found in Contractor Livelink: 1. GRD 3 - UCRP 2. GRD 6 - SOW 3. GRD 8 - WBS 4. GRD 8 - WBS Dictionary 5. GRD 10 - CDRLs 6. GRD 15 - System Safety Program Plan 7. GRD 16 - SAD 8. GRD 20 - Tech Sample 9. GRD 22 - ASIC Plan 10. GRD 23 - Risk Management 11. SMC-S-012/T 12. SMC-S-009/T 13. SMC-S-019A/T 14. SMC-S-021/T For those who do not have Contractor Livelink access, please see the attached documents below with instructions on how to obtain access. REGISTRATION: Please register at https://einvitations.afit.edu/SMCGP/index.cfm NLT15 June 2011. If you experience difficulties in registering, please contact the POC. Each Contractor Team is limited to eight (8) people (Contractor Team is defined as an offeror interested in becoming the prime contractor for a MGUE contractual effort). ONE-ON-ONE SESSIONS: Each Contractor Team is invited to meet with the SMC/GP for a One-on-One session during Industry Day #4 to discuss their written feedback to the draft RFP. Each contractor is limited to a 120 min session with content consistent with the submitted CRM. The One-on-One Sessions will be held on 20 June 2011 after 1000 and beginning at 0800 on 21 June 2011 in various conference rooms at SMC. SMC/GP will try to accommodate requests for preferred time slots. Please provide these requests in the registration form on the electronic invitation along with written feedback to the RFP. The final One-on-One schedule will be provided on 17 June 2011. Additionally, please provide 15 hard copies of the written feedback to the draft RFP as well as one CD containing electronic files to the Government during your session. Please direct questions regarding the One-on-One sessions to the POC. SECURITY REQUIREMENTS: • Scope of all activities is anticipated to be unclassified. These acquisitions involve data that is subject to export control laws and regulations. A foreign disclosure review of the technical data has been accomplished and MGUE technical data is subject to export controls. Contact the Defense Logistics Services Center, 74 Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-888-352-9333) or http://www.dlis.dla.mil/jcp for further information on the certification process. OMBUDSMAN: An Ombudsman has been appointed to hear concerns from potential Offerors. The purpose of the Ombudsman is to receive and communicate concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. The Ombudsman will communicate certain offeror issues, disagreements, and recommendations on this acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate an offeror's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the offeror. The Ombudsman will not participate in the evaluation of proposals or the source selection process for this acquisition. The Ombudsman is Mr. Jim Gill, SMC/PK, Phone: (310) 653-1789, Email: James.Gill@losangeles.af.mil. DECLARATION: This publication and the attached Draft RFP are for information only and do not constitute a Request for Proposal (RFP) in accordance with FAR 15.203.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/11-64/listing.html)
 
Place of Performance
Address: Los Angeles, California, 90245, United States
Zip Code: 90245
 
Record
SN02464593-W 20110608/110606234231-4fb73eb440a920490832a3345334a979 (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.