GPS OCX Interim Contractor Support
GPS Next Generation Operational Control System (OCX) 1. Action Code: R - Sources Sought Synopsis 2. Date: 19 August 2019 3. Year: 2019 4. Contracting Office Zip Code: 90245 5. Classification Code: AC2... GPS Next Generation Operational Control System (OCX) 1. Action Code: R - Sources Sought Synopsis 2. Date: 19 August 2019 3. Year: 2019 4. Contracting Office Zip Code: 90245 5. Classification Code: AC22 6. NAICS Code: 5417 7. Contracting Office Address: Department of the Air Force, Air Force Space Command, Space and Missile System Center, 483 North Aviation Blvd, LAAFB, El Segundo, CA, 90245-2808 8. Subject: Global Positioning System (GPS) OCX Interim Contractor Support 9. Proposed Solicitation Number: FA8807-19-C-0010 10. Closing Response Date: 15 Working Days after posting date 11. Contact Point or Contracting Officer: Mr. Charles D. Watson, Contracting Officer, charles.watson@us.af.mil, (310) 653-3446 Tina Wlasick, SMC/PK Buyer, tina.wlasick@us.af.mil 12. Contract Award and Solicitation Number: TBD 13. Contract Award Dollar Amount: N/A 14. Contract Line Item Number: N/A 15. Contract Award Date: TBD 16. Contractor: TBD 17. Description: 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. OCX Blocks 1 & 2 are currently being developed by Raytheon and the current forecast date for delivery to the Government is June of 2021, at the earliest. The Interim Contractor Support (ICS) is for the ground-based command and control segment of GPS. The ICS phase will begin upon acceptance of OCX Blocks 1 & 2 at DD250 in June 2021 and continue with a two-year base year and four six-month options. Formalized OCX sustainment, capability insertion & integration, and GPS Enterprise support will be included throughout the ICS period. The anticipated award of the contract is January 2020 and it must incorporate pre and post DD250 activities. OCX is heavily involved in the Agile and DevOps infrastructure, tooling, processes, testing, and investments, and will leverage those to the maximum extent possible throughout sustainment. Any persons or companies interested in responding to this notice with a Statement of Capabilities (SOC) must be able to sustain, modify, operate, maintain, and support, the command centers, the systems, the networks, and all associated components. The actions must encompass support with capabilities, support services, and data products related to the GPS OCX and associated systems; support remaining SV GPS III launches from (SV) 04 - 10, support AEP to OCX transition post RTO, to include support of IST activities, support the needed enhancements to the system including GPS IIIF and the long term sustainment, post DD250 activities. The proficiency during sustainment must retain security, information assurance, interface control, and logistics support, appropriate for control of the operational GPS constellation. Software maintenance Levels I and II and Hardware maintenance Levels 1 and 2 are also required. Qualified sources must demonstrate the ability to deliver these capabilities with minimal investment by the Government and high confidence in success. In addition, qualified sources must demonstrate the following capabilities: 1) A high confidence solution for pre-DD250 tasks (staffing, reporting, data management, on-going accreditation, information assurance certifications, equipment inventory, technical data management, capability management, training development, transitioning factory development environments to sustainment environments, depot activities, hardware technical refreshes, establishing prioritized backlogs, and resolving connectivity issues) to prepare and ensure readiness for ICS execution. The solution must have a very high confidence that sustains all of the GPS OCX elements and subsystems. A credible plan must be developed for accomplishing all program directives. 2) A thorough understanding of sustainment and the Agile and DevOps methodology to be applied throughout sustainment. 3) A thorough understanding of obsolescence activities during the ICS period. In addition, the contractor is expected to be able to port the OCX mission software to a virtualized platform and upgrade the platform and software to meet the latest cyber requirements. Also, as part of the obsolescence tasks, the Government expects a replacement of IBM servers with HPE servers between DD250 and RTO, and this solution will have to be ready at the start of DD250. 4) A thorough understanding of the current baseline and the ability to evaluate the program execution to ensure that there is the ability to support and incorporate any future requirements (capabilities and technology), while utilizing the most advantageous method of coordinating and integrating the new technology without impeding the on-going OCX activities. 5) A thorough understanding of the GPS Enterprise, GPS PNT mission, GPS Enterprise Request for Change (RFC), Operational Test and Acceptance, and GPS OCX Transition. 6) A thorough understanding of transitioning a program from ICS to Long Term Sustainment. 7) A thorough understanding of sustainment, development, and operational environments to support the ICS period. This includes researching, analyzing, and determining facility options to determine what facilities will be needed to house the environments, and once determined, to provide the appropriate facilities. 8) A thorough understanding of Operator Automation with a focus on efficiency. This includes understating the current operator and maintenance processes and identifying opportunities to automate certain tasks that will be the most beneficial to operations. 9) Extensive experience in long term sustainment, systems engineering, risk management, configuration management, program management, cybersecurity, system support, problem resolution, contract management, security management, and knowledge and background dealing with PNT systems to assist in developing a collaboration across sustainment, development and insertion. 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: Charles D. Watson (charles.watson@us.af.mil), 483 N. Aviation Blvd, El Segundo, CA 90245-2808 or Tina Wlasick, SMC/PK Buyer, tina.wlasick@us.af.mil. All interested parties must identify to the Contracting Officer 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. 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »