Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2016 FBO #5494
SOURCES SOUGHT

R -- Launch and early orbit, Anomaly Resolution, and Disposal Operations (LADO) Software

Notice Date
12/6/2016
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8224-17-R-0017
 
Archive Date
1/24/2017
 
Point of Contact
Dawn A. Schmidt, Phone: 8017770947, Angel M. McKenzie, Phone: 8015867982
 
E-Mail Address
dawn.schmidt.1@us.af.mil, angel.mckenzie.2@us.af.mil
(dawn.schmidt.1@us.af.mil, angel.mckenzie.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis (SSS) to determine potential sources for information and planning purposes only. 2. PURPOSE: The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541519 Other Computer Related Service, which has a corresponding Size standard of $27.5M. The proposed Service Code is D318 IT and Telecom- Integrated Hardware/Software /Services Solutions, Predominantly Services Includes: Contracts Buying Hardware, Software, and Related Services, Where Services Are The Predominant Portion of The Contract Value. 2.1. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2.2. This is a SSS for market research purposes issued by the 517 th Software Maintenance Squadron (SMXS) at Hill AFB UT. The US Air Force is requesting information on existing Launch and early orbit, Anomaly Resolution, and Disposal Operations (LADO) software. 2.3. This SSS is to determine the availability and adequacy of available resources prior to determining an acquisition strategy and contract strategy for engineering services to perform tasks that are needed by the 517th SMXS, in support of LADO software. There is no solicitation available at this time. Requests for a solicitation will not receive a response. 3. DISCLAIMER: This SSS is issued solely for informational and planning purposes only. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future. As stipulated in the FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Governmnet to form a binding contract. This SSS does not commit the Government to contract for any service whatsoever. Futhermore, we are not seeking proposals at this time. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this SSS. All costs associated with responding to the SSS will be solely at the responding party's expense. Any resulting procurement action will be subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. 4. PROGRAM DETAILS: LADO is an element of the Global Positioning System ground segment. LADO consists of hardware and software elements. The software was developed over a period of more than 10 years (April 1996 - October 2007 contract period). The software is presently maintained under sole source contract FA8224-13-C-0024 with related Justification and Approval. The incumbent contractor maintains the Simulator, and Telemetry, Tracking, and Commanding (TTC) software that is currently operating under a Windows XP operating system. This software provides the capability to compute satellite orbital elements (orbit determination), react to launch and on station anomalies, compute satellite interference data, create mission plans, process satellite telemetry data, and create and transmit satellite commands. The software is approximately 2 million lines of source code - 1.5 million incumbent restricted software and half a million lines of mission unique software. The incumbent executable software, without any source code, was delivered for operational use subject to the incumbent's "End User Maintenance and License Agreement" that stipulated that "...Customer shall have no right to any source code for the software. Customer agrees that it shall not cause or permit the modification, disassembly, decompilation, or reverse engineering of the software, or otherwise attempt to gain access to the source code to the software..." The incumbent has been performing software sustainment on its software as a prime (current contract) and as a subcontractor (F04701-96-C-0025) to Prime since the system became operational in October 2007, and per license agreement has been delivering only the executable codes needed for modification of its software. The 2d Space Operations Squadron (2SOPS) at Schriever AFB CO runs LADO operationally. The incumbent software license also states that "the incumbent owned intellectual property will not be provided to outside vendors for maintenance of LADO after the expiration of the current GPS OCS Contract." The incumbent's licensing agreement makes it impossible for any other contractor to complete the software integration as a result of Windows XP to Windows 7 operating system change. 5. INSTRUCTIONS FOR RESPONSE: Interested parties are invited to submit a response, by email to buyer angel.mckenzie.2@us.af.mil and Contracting Officer Dawn Schmidt at dawn.schmidt.1@us.af.mil, not to exceed 10 one sided pages, in the form of Statement of Capabilities (SOC) to the Government. The SOC needs to include demonstrated experience of the program requirements stated above. Information submitted must cover the following areas: 5.1. Company Name 5.2. Company Cage Code 5.3. Is company foreign owned? 5.4. Email address and phone number of POC 5.5. Suggested NAICS 5.6. Suggested Service Code 5.7. Business Size Classification for 541519 NAICS and qualification, if any, and as a sub-category (i.e., 8a, HUBZONE, SDVOB) 5.8. Would you be a prime or a subcontractor 5.9. Experience: Provide an outline of previous projects and/or work experience in relation to the program requirements stated above in Para 4. 5.10. Personnel: Provide evidence of functional expertise (i.e., program management) in relation to the program requirements stated above in Para 4. 6. RESPONSE SUSPENSE: Emailed responses to this announcement must be received no later than 9 Jan 2017, 1200 pm MST. 7. GOVERNMENT POC INFO: Questions concerning this announment may be directed to OL:H/PZIMC, Buyer Angel McKenzie at angel.mckenzie.2@us.af.mil and CO Dawn Schmidt at dawn.schmidt.1@us.af.mil. Please include SSS number FA8224-17-R-0017 in the subject of the email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-17-R-0017/listing.html)
 
Place of Performance
Address: Hill AFB UT, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04343965-W 20161208/161206234827-f6043bc25b009de91cadc467036a0ab2 (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.