Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2011 FBO #3660
MODIFICATION

18 -- GPS SE&I Contract Extension

Notice Date
11/30/2011
 
Notice Type
Modification/Amendment
 
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
12-011
 
Archive Date
12/18/2011
 
Point of Contact
Todd Young, Phone: 310-653-3085, Katrina Snow, Phone: 310-653-0869
 
E-Mail Address
todd.young@losangeles.af.mil, katrina.snow@losangeles.af.mil
(todd.young@losangeles.af.mil, katrina.snow@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS Global Positioning Systems Directorate (SMC/GP) - Systems Engineering and Integration (SE&I) Extension of Systems Engineering and Integration (SE&I) Science Applications International Corporation (SAIC) Contract No. FA8807-07-C0002 Air Force Space Command, Space and Missile Systems Center (SMC) Global Positioning Systems Directorate (SMC/GP), 483 North Aviation Boulevard, El Segundo, California, 90245-2808 intends to issue a sole source contract action to Science Applications International Corporation (SAIC), S&R and Intelligence Systems Services, Los Angeles, California, 90056-1299, to provide Systems Engineering and Integration (SE&I) support services to SMC/GP for up to 12 months beginning no earlier than 9 March 2012. This contract action will effectively extend the period of performance of the SE&I services currently being acquired under Contract FA8807-07-C-0002, thereby providing SMC/GP sufficient time to complete a source selection and award a long-term follow-on contract. Unless the award decision for the follow-on contract is protested, after award of that long-term follow-on contract, SMC/GP will not exercise any remaining options and will terminate for convenience the remaining period of performance of the contract action that is the subject of this synopsis. Requests for a solicitation will not receive a response. Pursuant to the provisions of Federal Acquisition Regulation (FAR) Section 5.207(e), the classification code for this synopsis is 18 (Space Vehicles). Pursuant to FAR Section 5.207(c)(6), approximately 353,788 hours will be acquired for Systems Engineering and Integration using 3600 appropriations, and approximately 18,123 hours will be acquired for Systems Engineering and Integration using 3020 appropriations. A copy of the existing Statement of Work (SOW) is appended herewith for reference. This contract provides a highly capable SE&I contractor/team to produce and manage the GPS technical baseline in support of SMC/GP. The SE&I's role in the accomplishment of this mission will involve, but is not limited to, development and implementation of directives and standards, improved and dynamic communications, new tools and techniques to predict issues early enough to change the outcome or minimize the effect on the enterprise, disciplined processes to develop and maintain the systems baseline documents and interfaces, and performance metrics that ensure continuous integration and operational capability improvements (measures of effectiveness). The current contract was awarded 9 March 2007. All options have been exercised and the contract will expire on 8 March 2012. This contract action will be awarded to SAIC S&R and Intelligence Systems Services as the only responsible source that can continue to provide these highly specialized services, as it is likely that award to any other source would result in the Air Force incurring substantial duplication of cost that is not expected to be recovered through competition, experiencing unacceptable delays in fulfilling its requirements, or both. (10 U.S.C. 2304(c)(1)). All responsible sources may submit a Statement of Capability (SOC) no later than 15 days after posting of the subject notice/Sources Sought Synopsis, which shall be considered by the agency. 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 activities described above. The SOC shall not exceed 10 single-spaced pages. 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. No classified information shall be submitted. 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. Any response submitted by respondents to this synopsis constitutes consent for that submission to be reviewed by government personnel, Federally Funded Research and Development Center employees and Advisory & Assistance Services contractor employees supporting SMC/GP, unless the respondent clearly objects in writing to the release of this information to Federally Funded Research and Development Contractor employees and Advisory & Assistance Services contractor employees supporting SMC/GP, in a cover letter accompanying your capabilities package. This notice expires 15 days after publication. The North American Industrial Classification System Code is 541712 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) and the size standard is 1,000 employees. Capabilities information may be emailed to Mr. Todd Young, Contracting Officer, at todd.young@losangeles.af.mil. Contracting Office Address: 483 North Aviation Boulevard Building 271, 2nd Floor El Segundo, California 90245-2808 Place of Performance: El Segundo, California, United States and selected field locations Primary Point of Contact.: Todd Young Procuring Contracting Officer todd.young@losangeles.af.mil Phone: (310) 653-3085 The place of performance shall be at the contractor facility, with installations to include Department of Defense (DoD) facilities primarily located in El Segundo, California, and at selected off-site field locations. INSTRUCTIONS FOR RESPONDING TO THE SOURCES SOUGHT Global Positioning Systems Directorate (SMC/GP) - Systems Engineering and Integration (SE&I) 1. The following offeror information must be provided: a. Company Name b. CAGE code and DUNS number c. Address d. Telephone Number e. Fax Number f. Email Address g. Point of Contact for further clarification or questions h. Company Size relative to NAICS code 541712 i. Based on the NAICS code 541712 and a size standard of 1,000 employees, please identify all of the following that are applicable: HubZone small business, 8(a) participation, veteran-owned small business, service-disabled veteran-owned small business, small disadvantaged business, or women-owned small business. 2. Interested parties must submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with adequate staffing of qualified personnel. The capabilities package shall clearly present evidence the interested party is fully capable of providing the required service, and as such may contain any information that the interested party feels is relevant. The capabilities package requirements are to be presented in accordance with the major sections outlined in the Capabilities Package Requirements section. 3. Responses shall not exceed 10 single-spaced pages, 12 point font typed with at least 1" margins. Each page of your package shall be printable on 8 ½" x 11" paper. Cover, tab dividers, title pages, glossaries and table of contents are not required. Delivery of a Compact Disc (CD) is acceptable. Please note: Emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions, may not be delivered to the intended recipients. 4. Additional relevant information shall be provided as an attachment and shall not exceed two single-spaced pages, 12 point typed with at least 1" margins. Each page of the attachment shall be printable on 8 ½" x 11" paper. Delivery of a Compact Disc (CD) is acceptable. Please note: Emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions, may not be delivered to the intended recipients. 5. Responses are to be mailed to SMC/GPK, Attention: Mr. Todd Young, 483 North Aviation Boulevard, Building 271, 2nd Floor, El Segundo, California, 90245-2808, or can be emailed to Todd.Young@losangeles.af.mil, received no later than 3:00 PM, 15 days after publication. 6. Pursuant to AFFARS Subpart 5352.201-9101, an SMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. The SMC Ombudsman can be contacted at: SMC Ombudsman Building 270 483 North Aviation Boulevard El Segundo, California 90245-2808 Telephone #: (310) 653-1789 Facsimile #: (310) 653-3336 E-Mail: james.gill@losangeles.af.mil   CAPABILITIES PACKAGE REQUIREMENTS SMC/GP Overview 1. The Global Positioning Systems Directorate (SMC/GP) is a joint service effort directed by the U.S. Air Force and managed at the Space and Missile Systems Center, Air Force Space Command, Los Angeles Air Force Base, California. The directorate is the DoD acquisition office for developing and producing GPS satellites, ground systems and military user equipment. GPS is a space-based radio-positioning system nominally consisting of a minimum of 24-satellite constellation that provides navigation and timing information to military and civilian users worldwide. GPS satellites, in one of six medium earth orbits, circle the earth every 12 hours emitting continuous navigation signals. In addition to the satellites, the system consists of a worldwide satellite control network and GPS receiver units that acquire the satellites' signals and translate them into precise position and timing information. 2. GPS provides the following: 24-hour, worldwide service Highly accurate, three-dimensional location information Precision velocity and timing services Accessibility to an unlimited number of global military, civilian, and commercial users 3. GPS consists of the following segments: a. The Space Segment, consisting of a minimum of 24-satellite constellation in one of six medium earth orbits. b. The Control Segment, consisting of a master control station (MCS), an alternate master control station, four dedicated ground antennas and six dedicated monitor stations. c. The User Segment, composed of (1) U.S. and allied military users of the secure GPS Precise Positioning Service, and (2) civil, commercial, scientific, and private users of the Standard Positioning Service. Scope The purpose of this effort is to authorize performance for up to 12 months to continue the support provided under contract No. FA8807-07-C-0002 to meet SMC/GP mission needs until the SE&I follow-on source selection is completed. This contract provides a highly capable SE&I contractor/team to produce and manage the GPS technical baseline in support of SMC/GP. The SE&I's role in the accomplishment of this mission will involve, but is not limited to, development and implementation of directives and standards, improved and dynamic communications, new tools and techniques to predict issues early enough to change the outcome or minimize the effect on the enterprise, disciplined processes to develop and maintain the systems baseline documents and interfaces, and performance metrics that ensure continuous integration and operational capability improvements (measures of effectiveness). Based on this scope of work in addition to demonstrating capability to perform the current requirement cost effectively, the following should be addressed as part of your response to this Sources Sought: 1. TS/SCI. What is your company's capability in expediting the hiring of TS/SCI personnel for this effort as well as providing an existing accredited Secret-level facility from which elements of SE&I will be performed. What percentage of your company currently has TS/SCI Clearances? 2. Additionally please provide a response to the following: a. GPS ENVIRONMENT. What working knowledge does your company have of the current GPS environment including expertise in all three segments? b. SE&I EXPERIENCE. Describe your previous experience accomplished with regard to Systems Engineering and Integration? c. PKI. Please explain your company's expertise and proficiency in Public Key Infrastructure (PKI) and in the design of dissemination systems that operate simultaneously at multiple security levels. d. SOFTWARE APPLICATIONS. What experience does your company have in developing and troubleshooting software applications for the DoD space community and ability to integrate complex systems, such as an Integrated Data Environment? 3. Provide documented examples of the following: a. MODELING AND SIMULATION EXAMPLES. Past work utilizing Modeling and Simulation to define and validate software architecture. b. GPS EXAMPLES. Ability to develop and work with GPS compliant systems. c. Ao EXAMPLES. Past experiences of integrating DoD operational systems while maintaining very minimal downtime. d. MULTI-SEGMENT SYSTEMS EXAMPLES. Demonstrate ability to integrate multi-segment systems, and also to integrate external contractors. 4. RELEVANT EXPERIENCE. Up to three examples showing relevant experience performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, government/agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein. 5. DISCLAIMER AND NOTICE: This is a courtesy Request for Information only and does not constitute a commitment, implied or otherwise, that SMC/GP will take procurement action in this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotation. This Request for Information shall not be construed as an obligation on the part of the government. Further, the government will NOT be responsible nor reimburse any submitters of information for any cost incurred in furnishing this information. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. Respondents are advised that the government is under no obligation to provide feedback to respondents with respect to any information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/12-011/listing.html)
 
Place of Performance
Address: The place of performance shall be at the contractor facility, with installations to include Department of Defense (DoD) facilities primarily located in El Segundo, California, and at selected off-site field locations., El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN02630540-W 20111202/111130234114-e1f5d203d8787dcce6ebb307b396e79b (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.