Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2012 FBO #3963
MODIFICATION

R -- SCDS II Request for Information

Notice Date
9/28/2012
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
12-95
 
Point of Contact
Gordon Kordyak, Phone: 310-535-2626, Diana Ly, Phone: 3104161536
 
E-Mail Address
gordon.kordyak.3@us.af.mil, diana.ly@us.af.mil
(gordon.kordyak.3@us.af.mil, diana.ly@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Proposed Solicitation Number: Action Code - Notice Type: R - Special Notice SVC Code: R425 - Engineering and Technical Services NAICS Code: 541990 Date: September 28, 2012 Subject: Request for Information (RFI) for the Space Control Depot Support II (SCDS II) Sustainment Contract for the Air Force Closing Response Date: 1600 Pacific Time on October 12, 2012 Synopsis: This is a Request for Information (RFI) to conduct pre-acquisition and market research activities for the Air Force's Space Control Depot Support II (SCDS II) Sustainment Contract. SCDS II will be a follow-on contract to the SCDS contract (Contract #FA8819-08-C-0001) which currently provides sustainment support services for various Space and Missile Systems Center Space Superiority Systems Directorate (SMC/SY) ground-based deployable systems and associated infrastructure support systems. The programs supported by this contract include: the Counter Communication System (CCS) Family of Systems, the Space Test and Training Range (STTR) Family of Systems, the Rapid Attack Identification Detection and Reporting System (RAIDRS) Family of Systems and Rapid Reaction Capabilities (RRCs), along with any future SMC/SY system whose sustainment requirements are in scope of the SCDS II contract. The ground-based deployable systems are located at Scheiver Air Force Base, Colorado. For planning purposes, the anticipated award date for this SCDS II effort is mid FY14. The sustainment requirements of the SCDS II contract are broken into eight functional areas: 1) Program Management Program management tasks ensure the contractor establishes a management process to ensure high quality sustainment support services throughout the term of this contract for current and future SMC/SY ground-based systems. This includes the management of: security, quality, configuration/data management, cost and schedule. 2) Future System Transition and Sustainment Future system transition and sustainment addresses the ability to formally transition/turnover development ground-based counterspace weapons systems/support systems into operations by evaluating, benchmarking and evolving original equipment manufacturer (OEM) developed products. 3) Depot Support Depot Support consists of the following: depot and sustainment engineering (D&SE), repairable and disposable item management, stock, storage and issuance of spares, hardware and software maintenance and repairs, sparing level analysis, etc. 4) Studies & Analysis Studies and analysis projects will support the basic program mission. This includes, but is not limited to: analyses to reduce life-cycle costs, improvement of availability and maintainability, the replacement of obsolete or/unsupportable equipment, the evaluation of future capability enhancements, preplanned product improvement (P3I), etc. 5) System Upgrades and Modifications System upgrades and modifications may include the development, test, production and installation of system upgrades, the resolution of system deficiencies and the addition of quick reaction capability to meet emerging operational threats. 6) Quick Reaction Capability (QRC) Transition to Operational Systems The transition of QRCs to operational systems include activities such as developing technical orders (TOs), drawing packages, performing provisioning analysis and procuring spares and support equipment, and configuration management and standardization of hardware and software to baseline QRC assets in enduring programs that were initially developed in a rapid prototype and fielding environment. 7) Organizational Level Maintenance Organization Level Maintenance is defined as on-site maintenance support at operational units. 8) System Procurement System procurement is defined as the purchase of Commercial off the Shelf (COTS) hardware to facilitate limited end-item procurement where the value of each integrated end-item is more than $250K. Contractors are invited to submit a Statement of Capabilities (SOC) describing their qualifications as a prospective Prime contractor for the SCDS II effort. The SOC shall include information regarding experience with establishing public/private partnerships for depot support, contractor experience with transportable/deployable ground systems, and information demonstrating experience with the attached draft PWS. Submitted SOCs shall be no more than 10-pages in length, single spaced, use 12-point Times New Roman font, with 1-inch margins. Be advised that the minimum security requirements are: a) a SCIF accredited for processing information at TS/SCI/SAR level, b) a SCIF accredited for Secure Global Network (SGN) connectivity, c) personnel eligible for being cleared to SMC/SY programs (DCID 6/4 eligible). All potential respondents shall provide detailed information that demonstrates possession of aforementioned requirements. Respondents that do not possess the aforementioned requirements must demonstrate the ability to meet those minimum security requirements (a, b, and c above) in advance of the formal RFP release, tentatively scheduled for 4th Qtr FY 13. Forthcoming Industry Days for SCDS II will be held at the TS/SCI/SAR level. Details pertaining to these events will be released in the future. Therefore, the Government requests SOC response from interested Prime contractors that possess the appropriate personnel and facility clearances. All prime contractors interested/able to submit a SOC must submit to the SMC/SYK POC no later than 1600 Pacific Time (PT) on October 12, 2012. The contractors who have previously responded to the RFI shall submit an additional 1-2 page(s) with the newly requested information. Responses from small and small disadvantage business firms are highly encouraged for either prime or subcontract interests. Primes shall meet, or demonstrate the ability to meet, all aforementioned security requirements to be eligible to submit a SOC in response to this RFI. Potential subcontractors shall submit statements of interest (SOIs) with accompanying information that identifies corporate experience in providing some or all of the tasks outlined in this RFI and the attached draft PWS. Submitted SOIs shall be no more than 7-pages in length, single spaced, use 12 point Times New Roman font, with 1-inch margins. Responding firms shall indicate if they are a small business, a socially and economically disadvantaged business, historically black college or university and/or minority institution. This RFI is used for information and planning purposes only and does not constitute a solicitation. No contract will be awarded as a result of this synopsis. All information received in response to this RFI that is marked "proprietary" will be handled accordingly. Responses to the RFI will not be returned. In accordance with Federal Acquisition Regulation (FAR) 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are responsible for all expenses associated with responding to this RFI. Prospective offerors interested in participating in the SCDS II contract are invited to submit a written response to SMC/SY, ATTN: Diana Ly (SMC/SYK) 483 N. Aviation Blvd., El Segundo, CA 90245 or via electronic transmission to Diana.Ly@us.af.mil, no later than 1600 PT October 12, 2012. Interested parties shall contact the POCs listed below to obtain any compliance and reference documents not publicly available and shall provide a security POC to verify clearances for transmission of classified data. To access attached Draft SCDS II PWS send an email to the primary point of contact, Gordon Kordyak Points of Contact: Contracting Officer: Mr. Roy Lee, (310) 416.1634, Roy.Lee.6@us.af.mil Contract Manager: Ms. Diana Ly, (310) 416.1536, Diana.Ly@us.af.mil Program/Technical POC: Mr. Gordon Kordyak, Program Manager, (310) 535.2626, Gordon.Kordyak.3@us.af.mil Security POC: Mr. Trevor Haggett, (310) 416.1657, Trevor.Haggett@us.af.mil Contracting Office Address: 482 North Aviation Blvd El Segundo, California 90245-2808 Primary Point of Contact: Gordon Kordyak, Program Manager gordon.kordyak.3@us.af.mil Phone: 310-535-2626 Secondary Point of Contact: Diana Ly, Ms. diana.ly@us.af.mil Phone: 310-416-1536
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/12-95/listing.html)
 
Record
SN02903840-W 20120930/120929000705-b631d5c63d9d0fc835f9e90cd9f86a3f (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.