Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOURCES SOUGHT

R -- MILSATCOM Systems Engineering and Integration Follow-On

Notice Date
6/15/2017
 
Notice Type
Sources Sought
 
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
SMC17-054
 
Point of Contact
Kimberly Dandridge, Phone: 3106533515, Bryce Smyth, Phone: 3106539296
 
E-Mail Address
kimberly.dandridgedrennon@us.af.mil, bryce.smyth@us.af.mil
(kimberly.dandridgedrennon@us.af.mil, bryce.smyth@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
I. Purpose : T he Space and Missile Systems Center (SMC) Military Satellite Communications (MILSATCOM) Systems Directorate (MC) is conducting market research seeking sources for directorate-wide Systems Engineering and Integration (SE&I) support for all MC programs. The Government anticipates Request for Proposal release in Fiscal Year (FY) 2018 with contract award in FY19. An initial operating capability is required by FY19. Current programs include Advanced Extremely High Frequency, Command and Control System Consolidated (CCS-C), CCS-C Assurance and Capability Enhancement, Defense Satellite Communication System, Enhance Polar System (EPS), EPS Recapitalization, Evolved Strategic SATCOM, Family of Beyond Line-of-Sight Terminals, Global Broadcast Service, Milstar, Presidential and National Voice Conferencing Integrator, Protected Tactical Enterprise Services, Protected Tactical Services (PTS), PTS Field Demonstration, and Wideband Global SATCOM. These programs, their related support facilities and those to come in the future will be referred to as the MC Directorate programs. II. Background: MC seeks to implement directorate-level systems engineering and integration capabilities while supporting current capabilities for the individual programs by awarding a performance-based SE&I contract. The SE&I Follow-On contract will focus on development of products at both the inter-MC and intra-MC level. The directorate has a continuing need for the SE&I follow-on contract, which will focus on systems integration, technical baseline management, test, logistics support, interoperability, system of systems engineering, model based systems engineering (MBSE), systems engineering planning and the required processes needed to accomplish these tasks, including architecture development, configuration and data management, risk management, and scheduling. The SE&I contractor will evolve, document, maintain and manage directorate and program-level development and integrated technical baselines in a timely and effective manner and will perform the complete range of SE&I work and deliver SE&I products as defined herein. The SE&I contractor will also provide analysis for Government decisions. The SE&I contractor will achieve these goals at the directorate-level as well as across all programs within the directorate's portfolio in all acquisition phases. The SE&I contractor will support the entire directorate, working with all of its programs regardless of location (e.g., Los Angeles AFB, California; Hanscom AFB, Massachusetts; Peterson AFB, Colorado). MC seeks to achieve high levels of efficiency in the allocation of contractor resources and reduce administrative overhead. The directorate objective is to achieve efficiencies and integration through both functional and directorate-level perspectives applied to its many programs and processes. MC estimates this SE&I effort's period of performance from 2019 through 2024. The contract will be awarded with a one year base and four one year options. A full and open competition will be held for the contract and the source selection will be based on a full trade-off, best value approach. III. Capability Needs: The Government is currently developing technical requirements for each of the capabilities listed below. a. The SE&I contractor must have experience working on programs and have a thorough understanding of Military Satellite Communications technologies and bandwidth efficient modulation techniques. b. The SE&I contractor must provide support to include drafting and reviewing architectures, support system definitions, technical specifications, and verification plans for satellite communications systems. c. T he SE&I contractor must have experience developing and delivering documents, reports, engineering studies, technical analyses, architectures, briefings, MBSE, and multi-media products. d. T he SE&I contractor must have the ability to provide space acquisition logistics engineering and technical expertise to ensure system engineering and integrated logistics support requirements are planned for, integrated into system and programmatic design, tested, developed, and delivered for directorate systems. This shall include: 1. Support systems logistics planning and documentation 2. Logistics engineering, technical order development and maintenance 3. Product support e. T he SE&I contractor will develop, document, execute (upon Government approval), maintain, and evolve key MC processes and plans across its portfolio of programs. This includes: 1. Systems integration 2. Technical baseline management 3. Implementing the Government-defined architecture 4. Requirements and interface control 5. Risk and opportunity management 6. Systems engineering planning 7. Configuration management 8. Data management 9. Interface control 10. Cyber security 11. Systems security 12. Test, evaluation, and verification 13. Modeling, simulation, and analysis 14. Acquisition logistics and sustainment 15. Schedule management 16. Systems safety f. The SE&I contractor will manage the technical baselines for the MC directorate. The government maintains complete oversight and final decision authority and accountability for all key SE&I functional and technical baseline products, but assigns the responsibility for key functions and products to the SE&I contractor. g. The SE&I contractor's tasks will be interdependent and cooperative with the military, civilian, Federally Funded Research and Development Center contractors, development prime contractors, University Affiliated Research Center contrators, and Systems Engineering and Technical Assistance contractors. However, for all areas described in the Performance Work Statement, the contractor will be responsible for that area's products and deliverables. h. T he SE&I's role in the accomplishment of the mission of the directorate will involve, but is not limited to: 1. Development and implementation of directorate-level processes and facilitation of improved and dynamic communications 2. Development of new processes to predict issues early enough to change the outcome or minimize the effect on the directorate that are also usable from government servers 3. Development and maintenance of a disciplined process for systems baseline documents and interfaces 4. Development and implementation of performance metrics that ensure continuous integration and operational capability improvements (measures of effectiveness) 5. Development and implementation of MBSE for architectural technical baseline management i. The SE&I personnel will not reside in Government facilities to accomplish these efforts. MC intends for the SE&I provider to be a full mission partner in the integration of its technical management and its directorate and program-level systems engineering and activities. SE&I work will be defined as tasks and deliverable end-items. IV. Response Objectives: Response Content: Interested industry respondents are requested to provide a Statement of Capability (SOC) that addresses the Sources Sought content areas listed below. Topics of interest include: a. Discuss your SE&I capabilities and approach. Interested parties shall demonstrate a thorough understanding of military and commercial satellite communication systems and architectures. Also describe your ability to provide directorate-level support including developmental and operational systems, ground control, mission planning elements, military service terminal programs, and launch vehicles, as well as the technical and programmatic interrelationships between these systems. b. Discuss and describe abilities to provide End-to-End (ETE) systems engineering; directorate-level risk management; directorate-level schedules; directorate-level requirements, and configuration and data management; directorate-level synchronization analyses and roadmap; verification and validation; and cybersecurity engineering. c. Discuss and describe ability to provide cross-program systems engineering/integration. Also describe ability to provide policy and guidance information and implementation in support of all MC programs in areas to include, but not limited to, test and evaluation, risk management, software engineering, systems safety, launch integration and support, systems engineering plans, and architecture. d. Discuss ability to provide program-specific systems engineering, integration, and analysis for MC programs and related systems. Related systems include terminals, ground and airborne networks, launch systems, and the detailed level of technical and programmatic relationships among them. e. Discuss ability to create and manage detailed program and integration schedules to resolve disconnects among programs. f. Discuss ability to provide support in the areas of development and delivery of documents, reports, engineering studies, technical analyses, operational architectures, briefings, and multi-media products. g. Discuss ability to identify and assess risk, analyze, and recommend courses of actions. Risk assessment areas include: 1. ETE inter-segment systems engineering to include the joint terminal segment 2. System level requirements 3. Allocation, configuration management and data management 4. Systems level verification and validation 5. System security engineering 6. International Partner interoperability h. Discuss ability to capture MC systems definition in MBSE tools and describe experience with documenting architectures, requirements, verification plans, and results in MBSE environments. i. Discuss if you are a small business, education entity, non-profit, or other (please specify), and your associated socioeconomic category. If you are a small business, discuss your plans (if any) to be a prime contractor. j. Discuss any facilities you will be able to provide for accomplishing this effort as well as storing and processing classified information, including SECRET and TOP SECRET. Discuss facilities you will be able to provide to hold meetings and conferences, including at the SECRET and TOP SECRET level. k. D iscuss data rights expectations associated with this effort. l. Discuss human resources management plan for identifying, selecting, and onboarding appropriately trained and experienced personnel that hold appropriate government security clearances. Interested parties shall address potential organizational conflicts of interest in their SOC and, if possible, submit draft mitigation plans with their SOC. Specifically, for purposes of this effort, a real or perceived organizational conflict of interest shall exist if any division of the company performing this effort is performing work as the prime development contractor for any of the programs in the MC portfolio or major subcontractor to one of these primes. Potential offerors should review the general rules in Federal Acquisition Regulation (FAR) Part 9.505. However, other potential organizational conflicts of interest may exist and as such, these should be identified in the SOC. V. Response Format Instructions: a. Cover Sheet - Include a non-proprietary one page cover sheet that identifies this Sources Sought number and title, name of your firm/organization, and your technical and administrative POCs - including names, titles, postal address, phone and fax numbers, email addresses, and CAGE code (if applicable). b. Executive Summary - Provide an executive summary briefly outlining your firm's key ideas and capabilities for supporting a directorate-level SE&I effort. c. T echnical Competency and Division Capabilities - Discuss your performing division's ability to deliver the desired capabilities as listed above in the proposed timeline and briefly discuss your company's experience related to projects similar in size, complexity, and scope. d. Estimated Costs - Provide budgetary estimates for providing SE&I services by fiscal year. e. Small Business Participation - Respondents should indicate whether they meet criteria for a small business. All other respondents are asked to provide percentage estimates (small business dollar component divided by estimated total contract value) for nominal small business subcontracting possibilities for this effort. The term "nominal" signifies the amount of small business subcontracting the contractor would employ without any requirement or goal being imposed by the Government, i.e., the amount that would generate the most efficiencies for the contractor and the Government. VI. Read Library: Not applicable for this effort. VII. Industry Day: Industry Day is projected to be held in January, 2018 at Los Angeles Air Force Base, El Segundo, CA. Not responding to this Sources Sought or not participating in the Industry Day does not preclude proposal submittal or future industry day participation should a formal acquisition be announced. VIII. Small Business Consideration: The NAICS code for this project is 541712 - Research and Development for Guided Missiles and Space Vehicles. The small business size standard is 1,250 employees. Small Business companies with the capability to perform this requirement, in total or in part, are encouraged to participate. If you are interested only in subcontracting opportunities, please indicate this fact clearly in your submission. IX. White Paper Classification: Respondents shall provide an unclassified response to this Sources Sought. Respondents shall indicate whether their responses contain proprietary information, and clearly show what items are proprietary, if the respondents wish for the responses to be handled as such. X. White Paper Format: SOC should not exceed twenty (20) pages. Page size shall be formatted to 8.5 x 11; text font size shall be no smaller than 11 pt; font size within graphics and tables shall be no smaller than 8 pt. The SOC front matter, such as transmittal letter, cover page, and table of contents, will not count against the page limit. A one page executive summary that summarizes the key ideas is required and will not count against the total page count. The Government will not accept company literature or marketing materials in response to this Sources Sought. Significant claims or reports of success must be justified with specific citations, URLs, and/or references. IV. Response Due Date: Tentative 4:00 p.m. PST, 16 July 17. V. Submission Instructions: Submit an electronic copy in either PDF format or Microsoft Word format to Kimberly Dandridge at kimberly.dandridgedrennon@us.af.mil by the response due date. Please cc: Bryce Smith at bryce.smyth@us.af.mil on all email correspondence. Hard copy responses will not be accepted. VI. Questions: All communication associated with this Sources Sought shall be submitted via email to Kimberly Dandridge at kimberly.dandridgedrennon@us.af.mil. VII. Declaration: This synopsis is not a formal solicitation. The Government does not intend to award a contract on the basis of this synopsis, or to otherwise pay for the information requested herein. Responses will be used by the Government for informational purposes only as part of its acquisition planning. Information obtained from responses to this Sources Sought will not be used to exclude potential future bidders if this effort becomes an acquisition. Please note: the Government mandates review of this Sources Sought from its Federal Funded Research and Development Center (FFRDC), University Affiliated Research Center (UARC), and Advisory and Assistance (A&AS) contractors. If respondent takes exception to this mandate, the respondent must explicitly state so in the response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/SMC17-054/listing.html)
 
Place of Performance
Address: 483 N Aviation Blvd, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN04545417-W 20170617/170615234655-330053482d6b8d726f5f0752652c7948 (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.