The Navstar Global Positioning Systems Wing (GPSW) intends toextend the period of performance (sole-source) for the current
Cost Plus Award Fee (CPAF) CLIN 0023 contractor development
support effort by approximately 2 additional months via
modification to contract F04701-96-C-0025.
This support is needed to deliver the new Architecture Evolution
Plan (AEP) and Launch/Early Orbit, Anomaly Resolution and
Disposal Operations (LADO) satellite control systems to
operations. This support includes fixing software problem
reports (PRs) and watch items (WITs) which lead to new software
versions being delivered. Transition activities such as
rehearsal preparations, scenario based testing and database
verification exercises are also included. This effort supports
activities that take place between the end of the formal
qualification test (FQT)/system test, throughout transition, and
up to the declaration of a new initial operational capability
(IOC).
GPS is a navigational radio positioning, time transfer, and
Nuclear Detonation (NUDET) Detection System. The radio
positioning and time transfer system provides a signal-in-space
environment, which enables GPS users to precisely determine
three-dimensional position, velocity, and time. Again, the
current period of performance will be extended to cover the
period from 1 Jan 2007 to 28 Feb 2007.
See note 22. NAICS 334511 ? 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 GPSW/PK, Attn: Felicia N. Brown, 483
N. Aviation Blvd. El Segundo, CA 90245-2808. All responses are
due no later than 15 Dec 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 government?s 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