The purpose of this Notice of Contracting Action (NOCA) is to announce the Government's intention to pursue a Sole Source procurement for the Wideband Global SATCOM (WGS) On-Orbit Operations & Logistics Sustainment Support (WOOLSS). This NOCA does not constitute a Request for Proposal, nor is it to be construed as a commitment by the Government to release a competitive solicitation or award a contract. The Government will not recognize any cost associated with submission of information in response to this or previous notices. The Government will not pay for any effort expended in responding to this notice.
Any subsequent Request for Proposal may be limited to the Only One Responsible Source responding to the initial Sources Sought Synopsis. The prospective source for this acquisition is:
The Boeing Company
P.O. Box 92919
Los Angeles, CA 90009-2919
Kaiana Carter
(310)416-4728
Based on Market Research, the Government has an approved justification to acquire these services on a Sole Source basis. A resulting contract will be awarded under the authority of Federal Acquisition Regulation (FAR) Part 6.302-1(a)(2) as Only One Responsible Source and No Other Supplies or Services Will Satisfy the Agency's requirements. While this notice of intent is for informational purposes only and is not a request for competitive proposals, interested parties including small and small disadvantaged businesses may identify their interest and technical capability to the prospective source identified above.
A sources sought was posted on FedBizOpps on 19 October 2011, titled Wideband Global SATCOM (WGS) On-Orbit Operations & Logistics Sustainment Support (WOO&LSS), which was used for market research and the justification to acquire these services sole source. The applicable NAICS is 541712 with a size standard of 1000 employees. The Classification Code is: R - Professional, Administrative and Management Support Services.
Four firms provided statements of capability in response to the FBO sources sought posting. Only one was determined to have the immediate capabilities to meet the Government's requirement. The determination by the Government not to open the requirement to full competition based upon the responses to this notice is solely within discretion of the Government.
Some firms were found to possess the capabilities necessary to meet a narrow subset of the requirements; however, no single source other than Boeing could meet the full set of requirements. In addition, based on the Government's analysis; a smaller breakout to segregate requirements is not considered feasible nor would significant benefits be gained through competition as compared to potential duplication of costs that would not be expected to be recovered.
Furthermore, WOOLSS requires a full complement of operations sustainment for the WGS satellites. Given the government's limited ownership of technical and software data on the WGS system, it was determined the Original Equipment Manufacturer (OEM) was the only vendor capable of providing the highly specialized service skill-set required to sustain an operational constellation.
The Government has been contracting with Boeing for sustainment efforts on a sole source basis due to proprietary data rights. Any persons or companies interested in this notice are to respond to the requirement(s) and submit their capabilities to the POC's below. The capabilities statement should address why the company believes the prior sole source justification is no longer valid.
Description of Services:
The U.S. Department of the Air Force, Space and Missile Systems Center (SMC), Space Logistics Directorate contracting branch (SMC/PKJ) located at Peterson AFB, CO is contemplating acquisition and award of a single contract for sustaining support of WGS Orbital Operations & Logistics Sustainment Support (WOOLSS). The current primary places of the contract performance are El Segundo, CA, Vandenberg, CA, Colorado Springs, CO, Peterson AFB, CO, Schriever AFB, CO, Camp Parks Communications Annex, CA, Wideband SATCOM Operations Centers and network operations centers.
The Government requires sustainment engineering, on-orbit satellite operations and sustainment support, interoperability and integration support for Wideband SATCOM systems-of-systems, and sustainment infrastructure support and maintenance. The aforementioned services will support and maintain WGS satellites that provide theater and global communications services to the warfighter on multiple frequency bands onboard the satellite. The supported communications are digitally channelized and transponded providing a quantum leap in communications capacity. There will be up to ten (10) operational WGS satellites comprising the constellation during the WOOLSS Period of Performance (PoP).
The basic period of performance is for a 1-year base period with four 1-year option periods with estimated award in 3rd quarter 2014. The projected Request for Proposal (RFP) release date for this effort is February 2014.
If the Government elects to do so, a projected Request for Proposal (RFP) release date for this effort is estimated to be no sooner than 15 calendar days after this Notice of Contract Action and will be directed solely to the prospective source identified above. The anticipated contract type is: Fixed Price Incentive Firm (FPIF).
The notice expires 15 days after publication.
Submit all inquiries or responses to this notice to the Contract Specialist, Brent Jorgensen, [email protected] and Procurement Contracting Officer, Stacy Reed, [email protected]. Mailing Address: SMC/PKJ Attn: FA8823-13-R-0015 WOOLSS, 1050 East Stewart Avenue, Peterson AFB, CO 80914.