The Navstar Global Positioning System (GPS) Joint Program Office(JPO) intends to award a sole-source, Cost Plus Award Fee (CPAF)
modification to contract F04701-96-C-0025 to provide approxi-
mately 81,300 staff hours of development support activities for
Global Positioning System (GPS) IIF Operational Control System
OCS) to be delivered under the new Architecture Evolution Plan
(AEP) and Launch/Early Orbit, Anomaly Resolution and Disposal
Operations (LADO) activities.
This includes developmental activities of fixing software
problem Reports (PRs) and Watch Items (WITs) which lead to new
software versions to be delivered. Transition activities such as
rehearsal preparations, scenario based testing and database
Verification exercises will also be included. These supported
activities will take place between the end of the system test/
Formal Qualification Test (FQT), throughout the transition, and
up to the Initial Operational Capability (IOC).
GPS is a navigational radio positioning, time transfer, and
Nuclear Detonation(NUDET) Detection System. The radio posi-
tioning and time transfer system provides a signal environment,
which enables GPS users to precisely determine threedimensional
position, velocity, and system time. The period of performance
Will be from 1 Oct 2006 to 30 Sep 2008.
See note 22. NAICS 334511 â Search, Detection, Navigation,
Guidance, Aeronautical, and Nautical System and Instrument
Manufacturing, size standard 750 employees.
The Government has been contracting with The Boeing Company,
5301 Bolsa Avenue, Huntington Beach, CA 92647 to provide GPS IIF
Space Vehicles and its Operational Control Segment.
Responses to this synopsis should be submitted via email in
electronic form in MS Word 2000 or newer format or PDF format
to
[email protected] with a follow-up signature
hard copy of the submission to:
SMC/GPK
Attn: Felicia N. Brown,
483 N. Aviation Blvd.
El Segundo, CA 90245-2808.
All responses are due no later than 26 May 2006 and must conform
to 8.5 x 11-inch pages, with font no smaller than 12-point, with
a maximum of 20 pages. Oral communications are not acceptable.
All responsible sources may submit a statement of capabilities
(SOC)which will be considered. Proprietary information must be
expressly identified in the SOC.
The SOC must include the following information:
1) Company name, mailing address, points of contact and
telephone numbers;
2) Business size classification (large, small, or other)
3) Experience in GPS Satellites or similar technologies
4) Ability to satisfy the governmentâs performance and schedule
requirements described above
5) The facilities to work at the appropriate security level(SAP).
Any information submitted in response to this synopsis is
strictly voluntary. The Government does not reimburse
respondents for any cost associated with submission of the
information or reimburse expenses incurred by parties for
responses to this Special Notice.
Bid Protests Not Available