SOURCES SOUGHT
D -- Fly Away Communications Kit
- Notice Date
- 5/21/2004
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Surface Deployment and Distribution Command - W81GYE, ATTN: MTAQ, 200 Stovall Street, Alexandra, VA 22332-5000
- ZIP Code
- 22332-5000
- Solicitation Number
- W81GYE-04-S-XX-03
- Response Due
- 6/21/2004
- Archive Date
- 8/20/2004
- Point of Contact
- Toye Y. Latimore, 703-428-2067
- E-Mail Address
-
Email your questions to Surface Deployment and Distribution Command - W81GYE
(latimoret@sddc.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This sources sought is a request for information prior to drafting and releasing any resultant solicitation. The information contained in this sources sought notification is based on the best and most current information available to date, is subjec t to change and is not binding on the Government. Any significant changes will be provided in subsequent synopsis, if required. The Military Surface Deployment and Distribution Command, SDDC is seeking potential sources capable of providing a standard, m obile, lightweight, rapidly deployable, self-contained, command, control, communications, and computers (C4) system capability to fully support not only small-scale, austere, single port manager missions globally, but also where SDDC presence is required a t locations supporting warfighter small-scale, short-duration, surface deployment/distribution mission needs. This capability will be referred to here as a Fly Away Communications Kit. The kit is to be a scalable, man-transportable, robust C4 system enab led by secure/non-secure voice, data transfer, video, and automatic identification technology (AIT) capabilities. The purpose of this effort is to determine the Government??????s acquisition strategy. It is the Government??????s intent to award the entir e acquisition (all requirements) to one contractor. You are encouraged to venture and establish teaming arrangements, etc. If you are interested in competing for this requirement, please indicate your interest by sending an e-mail no later than 21 June 2004 10:00AM EDT to Ms. Ruby Mixon at mixonr@sddc.army.mil. The e-mail shall contain the following subject line: Sources Soug ht Response to Fly Away Communications Requirement. Use of any other subject line may delay your entry. All valid e-mail responses from prospective sources must provide the return e-mail address, company name, mailing address, telephone number, facsimile number, and point of contact within the body of their response. In addition, to assist in the acquisition strategy development, please respond to the following questions: 1) Is your business a large business or small business [Small Disadvantaged, Woman-Owned, Service Disabled Veteran Owned, etc.]? (For the purpose of determining your business size, the North American Industry Classification System (NAICS), 517410 Satellit e Communications, with a size standard of $21.0M average annual receipts over the past three years, will be utilized for this acquisition.) 2) Provide a list of customers (Government/non-Government) within the past 5-year highlighting similar work performed. Include contract numbers, contract type, dollar value of each procurement, and point of contact/addresses/and phone numbers and brief de scription of the work performed. 3) Provide information relative to past performance that demonstrates the ability to provide ALL capabilities noted below that includes, but is not limited to: a) flyaway kit that includes inter-theater communication circuits via Satellite Communications (SATCOM) to provide internet, NIPRNET and SIPRNET data and voice connectivity. The kit should be able to utilize at least two SATCOM systems, although only one may be used on any single deployment. b) flyaway kit that is modular in design and transportable in suitcase-sized transit cases, that meet the current commercial airline dimension/weight restrictions for checked baggage both for continental United States(CONUS) and outside CONUS and capable of supporting SDDC??????s business processes, and operations in extreme weather and terrain c) flyaway communications kit that can be deployed with, set up, and operated by a small team (two to three individuals) of trained persons in no more than 60 minutes. The kit must be brought to an operational state with minimal equipment hookup and confi gurations, with all systems fully operational once turned on. d) flyaway kit that is capable of operating using a wide range of power sources that may be encountered worldwide e) provide flyaway kit that is comprised of commercial-off-the-shelf communications, computers, and supporting containers. System components will be fully warranted by the manufacturer or source for defects and workmanship for a period of at least 3 years f) flyaway kit that is protected from power disruptions, network attacks, and provides full backup and restore capabilities for all computers associated with the kit. g) flyaway kit with a configuration that provides system support for: - Global Command and Control System (GCCS) - Worldwide Port System (WPS) - Global Transportation Network (GTN) - Integrated Computerized Deployment System (ICODES) - Transportation Coordinators. Automated Information for Movement System II (TC AIMS II) - enabling AIT technologies including radio frequency identification (RFID[read and write]), and bar codes - Local Area/Wide Area Network (LAN/WAN) h) flyaway kit that provides video teleconferencing, secure and non-secure voice communications and secure and non-secure facsimile capabilities i) flyaway kit that provides the capability to retrieve and leave messages, and notify the users of new messages waiting even while the satellite link is down. j) flyaway kit that is common access card (CAC)/Public Key Infrastructure (PKI) enabled. k) Provide flyaway kit initial and recurring support training, training packages and techniques. 4) Other pertinent information. E-mail responses without the aforementioned information will not be recognized as valid. ALL PROSPECTIVE OFFERORS MUST RESPOND TO THIS SYNOPSIS VIA E-MAIL. TELEPHONE REQUESTS FOR SOLICITATIONS WILL NOT BE ACCEPTED OR RETURNED. Submit responses no later than 21 June 2004 10:00 AM EDT. Your response is limited to 20 pages. NO SOLICITATION EXISTS AT THIS TIME. The government reserves the right to conduct oral capabilities demonstrations that will be scheduled at a later date. This is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received.
- Place of Performance
- Address: Surface Deployment and Distribution Command - W81GYE ATTN: MTAQ, 200 Stovall Street Alexandra VA
- Zip Code: 22332-5000
- Country: US
- Zip Code: 22332-5000
- Record
- SN00590436-W 20040523/040521212211 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |