Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2011 FBO #3620
SOURCES SOUGHT

A -- Modernized Receiver Test Asset/Modernized Signal Test Asset System

Notice Date
10/21/2011
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
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
FA8807-11-R-0006
 
Archive Date
11/30/2011
 
Point of Contact
Charles J Briggs, Phone: 310-653-3516
 
E-Mail Address
charles.briggs@losangeles.af.mil
(charles.briggs@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought Synopsis is to determine if there are additional sources capable of providing the required supplies and services. This is a Sources Sought Synopsis only. No solicitation is available at this time. Requests for a solicitation will not receive a response. The Government, through the GPS Directorate at the Air Force Space & Missile Systems Center (SMC/GP), is conducting market research to assist in determine the ability of industry and other sources to provide the applied research and development effort require to support the Modernized Receiver Test Asset/Modernized Signal Test Asset (MRTA/MSTA) system. Description of Desired Capabilities: The Government contemplates awarding a sole source contract to Draper Laboratory, Cambridge, MA, a not-for-profit organization, for the research, development, maintenance, and operation of the MRTA/MSTA system. The Government requires that this capability to be provided by a source without organizational conflicts of interest. Prime contractors and subcontractors for GPS systems are presumed to have organizational conflicts of interest that cannot be mitigated for the purpose of this effort, unless the contrary can be demonstrated and an acceptable risk mitigation plan is submitted. The Government requires support to maintain and operate six (6) MRTA systems, one MSTA system, and other signal collection assets in order to provide quality data collection and analysis and; complete fabrication of approximately four MRTA replacements to account for GPS III space vehicle signals. The following expertise and capabilities are required: (1) The ability to fabricate, assemble, handle, and integrate; and, analyze, test, operate and evaluate the upgrade of MRTA assets; (2) The ability to maintain and operate existing MRTA/MSTA, using advanced knowledge of MRTA/MSTA's major hardware and software functions, measurement capability, calibration, and operational usage, with a Special Access Program (SAP) facility required; (3) The ability to analyze and characterize Global Positioning System (GPS) Signal In Space (SIS), including SAP aspects, and other Global Navigation Satellite Systems (GNSS) SIS, using MRTA/MSTA and other signal collection assets. Respondents should have expert knowledge of GPS signals including SAP aspects. The Government is seeking sources capable of using the MRTA/MSTA effectively, by furnishing the necessary management, technical expertise, facilities, tools, and material to perform data collection, processing, analysis, data archival and dissemination, and other actions as required to support GPS Initial On-Orbit (IOO) L Band Signal Compliance, State-of-Health (SOH), GNSS SIS data collection, anomaly characterization and other ad hoc testing. The effort will verify GPS Interface Control Document (ICD) compliance and support anomaly characterization of the L-band signals in space using Government owned and validated test assets. Technical expertise must include the capability to acquire, track, and measure parameters such as power, carrier phase, and arrival times for all the specified Pseudo Random Noise (PRN) codes from a single GPS SV; provide signal quality (SQ) metrics for the L1, L2, L3 and L5 carriers, and each specified PRN code on these carriers. The Government requires monthly State of Health (SOH) measurement sessions using the MRTA/MSTA and other signal collection assets to provide power, code delay, frequency content, and bandwidth to verify proper operation of the constellation. Some testing requires access, by January 2012, to a high-gain antenna such as the 150-foot parabolic antenna located in Palo Alto, CA. To accomplish program objectives and meet near-term program milestones, Respondents must not only be fully familiar with MRTA/MSTA, but also be familiar with the current efforts in the SMC/GP test and evaluation portfolio. Respondents must be capable of supporting testing in January 2012. The Respondent must operate facilities at and employ personnel cleared with Secret, TS and TS/SCI. The Respondent must be familiar with GPS SAP aspects and operate and own SAP cleared facilities by January 2012. Responses from small and small disadvantaged businesses are encouraged. Submission Instructions: Information regarding capability must be submitted in writing. Proprietary information should be marked accordingly. Statements of capability must be received by 15 Nov 2011, 1200 hours, Pacific Standard Time. Submissions shall be addressed to the contracting office and personnel outlined below. The capability statement must provide the following information as a part of its cover sheet: (1) Company name and address; (2) Identify your organization's business type inclusive of any and all socio-economic status (e.g., 8(a) certified program participant, small disadvantaged, veteran-owned, service-disabled veteran owned, HUB Zone or women-owned); (3) Point of Contact, (4) Phone/Fax/E-mail; (5) NAICS Codes; and, (6) Information regarding your organization's capabilities. Statements of capability should include information relevant and specific to demonstrating the ability to meet the technical and programmatic requirements described above, in additional to each of the following areas: (1) Experience: A brief description of previous similar projects and experience demonstrating a high level of competence in each of the required capabilities described above, including experience relevant to SAP aspects of GPS data collection and processing, and specific experience and understating relevant to MRTA fabrication and operation; (2) Personnel: Names, professional qualifications and specific experience of scientists and/or key technical personnel such as the; and, (3) Any other information that would demonstrate the ability to perform the required effort; (4) Declaration that there are no organizational conflicts of interest (OCI) related to GPS development and production efforts. An OCI risk mitigation plan is required to address any actual or potential OCI issues. Respondents must demonstrate the ability to accomplish this effort, including experience relevant to the required capabilities and tasks described above. Respondents should clearly demonstrate the capability to perform the tasks as described in a SAP environment and administer and coordinate interrelated tasks in an effective and timely manner. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed (include government points of contact both technical and contractual), references, i.e. names, titles, telephone numbers and any other information serving to document the organization's capability, e.g., awards, commendations, etc. All work performed under the contract will be limited to U.S. citizens only. For communicating information related to experience with relevant GPS SAP, please have your security office contact: Francine Stbrice, SMC/GPE,(310) 653-4190, Francine.StBrice@losangeles.af.mil An Ombudsman has been appointed to hear concerns from potential Respondents. The purpose of the Ombudsman is to receive and communicate concerns from respondents when they prefer not to use established channels to communicate their concerns during any phase of the acquisition. The Ombudsman will communicate certain Respondent issues, disagreements, and recommendations on this proposed 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 a Respondent concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the Respondent. The Ombudsman will not participate in the evaluation of SOCs for this proposed acquisition. The Ombudsman is Mr Jim Gill, (310) 653-1789. Routine questions, such as clarifications, are not considered to be "significant concerns" and should be communicated directly to the POCs listed below. Contracting Office Address: Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, SMC/GPK, 483 North Aviation Blvd, El Segundo, CA, 90245-2808 Points of Contact: Technical: Mr. Patrick Harrington, SMC/GPEV,(310) 653-3325, Patrick.Harrington@losangeles.af.mil Mr. Scott Thomas, SMC/GPEO,(310) 653-3805, Scott.Thomas@losangeles.af.mil Contracting: Mr. Jacob Ruytenbeek, Contract Specialist, SMC/GPK,(310) 653-2745, Jacob.Ruytenbeek@losangeles.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8807-11-R-0006/listing.html)
 
Record
SN02610848-W 20111023/111021233938-cdc02a7edec07c03f0a18c25f1d91c32 (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.