Inactive
Notice ID:Modification_to_FA8811-19-C-0005
THIS IS A PRESOLICITATION NOTICE for information purposes issued by the United States Air Force (USAF), Launch Enterprise Systems Directorate (LE) at the Space and Missile Systems Center (SMC) located...
THIS IS A PRESOLICITATION NOTICE for information purposes issued by the United States Air Force (USAF), Launch Enterprise Systems Directorate (LE) at the Space and Missile Systems Center (SMC) located in El Segundo, CA. SMC/LE intends to enter into a sole-source contract modification on contract FA8811-19-C-0005 to United Launch Services (ULS), Cage Code: 43HC6, located in Centennial, Colorado, to begin Non-NSS Fleet Surveillance services no earlier than 01 Oct 2019, following the completion of the Phase 1 contract, FA8811-13-C-0003. The purpose of the requirement is to provide the United States Government (USG) with access to ULS's systems, processes and launch site activities necessary to allow the USG National Security Space Launch (NSSL) program office to perform fleet surveillance activities for non-NSS missions in combination with the mission assurance already under contract for NSS missions. The statutory authority of this action is contracting by Other than Full and Open Competition, 10 U.S.C 2304(c)(1), as implemented by FAR 6.302-1(a)(2). The USG Team performs mission assurance and fleet surveillance as outlined in AFSPCI 13-610 Launch and Range Operations. The USG Team monitors Contractor-performed launch base activities by viewing tests and launch operations data, monitoring voice communications, viewing Closed Circuit TV (CCTV) video, and by witnessing launch site processing and testing. It is imperative that fleet surveillance be implemented with a "see and hear what the Contractor sees and hears" philosophy such that the USG Team can perform independent assessments of Contractor testing and operations using the same information and communications that are being used by the Contractor. The Contractor shall provide these services for all non-NSS missions to support USG fleet surveillance requirements. This notice also calls for interested industry to submit statements of capabilities (SOC) for the requirement described above. Interested parties are invited to upload a SOC of no more than five (5) pages, and no smaller than 12 point Times New Roman font, to the Primary Point of Contact/Contracting Officer provided below. The SOC should demonstrate the interested firm's understanding, capability, approach, and qualification in meeting the work requirements. Additionally, all SOCs must include (not counting towards the 5 page limit): the name of the firm, or firms if a teaming arrangement is proposed, point of contact, phone number, and address of firm(s). The Government will review the SOC to determine if the interested firm is capable of satisfying the requirements based on its demonstrated understanding, capability, approach, and qualification. The SOC should address why the company believes that the sole source justification is not valid. This notice expires 15 calendar days after publication. The North American Industry Classification System (NAICS) code for this effort is anticipated to be 481212. The small business size standard is 1500 employees. Small business and Small disadvantaged businesses are encourage to respond if capable of providing service listed. This NOTICE is for planning purposes, and does not constitute an invitation for bids, request for proposals, quotes, or indication that the Government will contract for the items contained in this notice. Nevertheless, all responses received within fifteen (15) days after date of publication of this NOTICE will be considered by the Government. The Government will not pay for any information received in response to this NOTICE, nor will the Government compensate a respondent for any costs incurred in developing the information provided to LE. Disclaimers and Notes: The following companies/organizations may be involved in reviewing the comments provided: Federally Funded R&D Centers (such as The Aerospace Corp); Systems Engineering and Technical Assistance (SETA) contractors (such as Tecolote); all are bound by appropriate non-disclosure agreements with the Government. For further information regarding these agreements, contact the Contracting Officer identified below. Please send responses via email with a subject heading of "ULS Non-NSS Fleet Surveillance" to the following Point of Contact (POC) Capt Eric Thompson, eric.thompson.12@us.af.mil, Phone: 310-653-3403, and include the primary and secondary contracting POCs. Responses must be received by 16 Aug 2019, 3:00 PM PST. Please send any questions to the same email address above. Telephone responses will not be accepted. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.