United States - GPS OCX Block 3 Follow-on (3F) Sources Sought

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
17 June 2019
Opportunity publication date
06 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 31, 2019 11:03 am

 

The Space and Missile Systems Center (SMC), Global Positioning System (GPS), Los Angeles Air Force Base, CA intends to award a new contract on a sole source basis. This is contemplated to be a sole source acquisition under authority of FAR 6.302‐1, only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 USC 2304(c)(1), to Raytheon Company (Raytheon), 16800 E CentreTech Pkwy, Aurora  CO 80011-9046.
Blocks 1 & 2 are currently being developed by Raytheon and the current contractor forecast date for delivery to the Government is June of 2021 at the earliest. The capabilities for OCX Blocks 1 & 2 are to command, control and monitor the GPS III Space Vehicle (SV) 01 - 10. The anticipated award of the OCX 3F contract is October 2020 and must incorporate the capabilities to command, control (C2) and monitor the GPS III Follow-on (IIIF) SV 11- 32 with the on-orbit GPS constellation. Additionally, OCX 3F must satisfy the requirements for Regional Military Protection, rapid warfighting effects, navigation signal-based satellite status information, unified S-band telemetry, tracking, and commanding (TT&C), and support for future GPS IIIF payloads.  The OCX 3F effort requires integration of the new capabilities into the OCX Blocks 1 & 2 system to include utilizing existing Raytheon-developed OCX Block 1 & 2 test and development tools, and incorporation of the tracking of legacy GPS III signals using the OCX Block 1 & 2 monitoring stations. 
Any persons or companies interested in responding to this notice with a Statement of Capabilities (SOC) must be able to develop, integrate, test, simulate and operate a GPS IIIF flight operations capability, fully integrate GPS IIIF operations with the ongoing operations of the GPS constellation.  Development and testing of the flight operations capability must be done in coordination with, and not impede, on-going OCX development activities and once delivered in FY2022, operation and sustainment activates.  The capability must retain security, information assurance, mission assurance, interface control, and logistics support appropriate for control of the operational GPS constellation. 
Qualified sources must demonstrate the ability to deliver this capability with minimal investment by the Government and high confidence of success.  In addition, qualified sources must demonstrate all of the following capabilities:
 
•(1)   A high confidence solution for GPS III flight operations, integrating GPS IIIF satellites into the GPS constellation using the operational Kalman filter. The solution must have a very high confidence of successful acceptance by the Government and entry into operations as soon as FY2024.
•(2)   A thorough understanding of the GPS PNT mission, including Kalman filters, message generation and upload, message and signal types, and signal monitoring.
•(3)   A thorough understanding of the GPS IIIF payloads, including its design, interfaces, and upload and download message formats.
•(4)   A thorough understanding of OCX's Kalman filter, as well as a credible plan for modifying, integrating, and testing it to incorporate GPS IIIF without impact to on-going GPS operations. 
•(5)   A thorough understanding of relevant GPS interfaces.
•(6)   A thorough understanding of and demonstrated performance in delivering satellite control systems with the highest levels of information assurance protections.
•(7)   Extensive systems engineering experience, knowledge, and background dealing with PNT systems, including system requirements analysis, test and verification, risk management, and system security management.
 
Any persons or companies interested in this notice are to respond to the requirement and submit their SOC to the respective Government point of contact. 
The SOC shall not exceed ten one sided 8-inch by 11-inch pages in length, using fonts no smaller than 12 pitch, with page layout margins set to 1-inch both horizontally and vertically.  Responses must be submitted via electronic mail as Microsoft Word or Adobe Acrobat file type attachments. The SOC and all related communications that contain proprietary information should be marked as such. Verbal responses will not be accepted.
This notice of proposed contract actions is not a request for competitive proposals.  Information furnished shall include enough detailed documentation to allow the Government to perform a proper evaluation.  A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government.  Information received from SOC's will be considered solely for the purpose of determining whether to conduct a competitive procurement from qualified sources.  Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government.  The Government will not recognize any costs associated with the submission of this SOC. 
Submit all responses to: SMC/PKP Attn: Robert M. Chernoff (robert.chernoff@us.af.mil), 483 N. Aviation Blvd, El Segundo, CA 90245-2808 OR Tina Wlasick, SMC/PK Buyer, tina.wlasick@us.af.mil (310) 653 - 3796.  All interested parties must identify to the Contracting Officers their capability to satisfy the Government's requirement within 15 calendar days of the posting of this notice.  Responses from small business and small, disadvantaged businesses are highly encouraged.  The NAICS code for this acquisition is 541715 and the size standard used is 1,000 employees.
 
An Ombudsman has been appointed to address concerns from interested parties.  The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel.  When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern.  The Ombudsman does not participate in the evaluation of proposals or in the source selection process.  The Ombudsman for the SMC is Colonel Tuthill, 310-653-1786 or ­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­trent.tuthill@us.af.mil.
 
This notice expires 15 working days after publication.

SMC/SB coordination #19-044

Opportunity closing date
17 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force SMC - Space and Missile Systems Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?