Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2011 FBO #3449
SOURCES SOUGHT

B -- Request for Information (RFI): Protected Military Satellite Communications (MILSATCOM): Augmentation and Next General

Notice Date
5/3/2011
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
11-52
 
Archive Date
7/9/2011
 
Point of Contact
Karen L Ross, Phone: 310-653-9682, Ridhi Varma, Phone: 3106539397
 
E-Mail Address
rosskl@comanche.plk.af.mil, ridhi.varma@losangeles.af.mil
(rosskl@comanche.plk.af.mil, ridhi.varma@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI): Protected Military Satellite Communications (MILSATCOM): Augmentation and Next Generation To be Posted: 11 May 2011 Response Date: 26 Jun 2011 Fedbizops Reference: 11-52 THIS IS A REQUEST FOR INFORMATION ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES, OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES. Background & Description This Request for Information (RFI) by the USAF Space and Missile Systems Center Military Satellite Communications (MILSATCOM) Systems Directorate seeks industry feedback on capabilities and approaches to meet future strategic and protected tactical MILSATCOM needs to increase efficiency and affordability in the 2020-2035 timeframe. More specifically, information is sought on existing technical capabilities, recommended acquisition strategies, and relevant future technologies that reduce risk, cost, complexity, and/or development timelines. The information may encompass alternative protected MILSATCOM architectures (which span space, ground, and terminal segments), hosted payloads, small freeflyers, operational management, and modified or new waveform/protocols. A small freelyer is defined as a small stand alone satellite that is launched on a Falcon-9 launch vehicle. Protected MILSATCOM is defined as Extremely High Frequency services to both strategic and tactical forces. Protected strategic MILSATCOM must be able to provide low probability of interception/detection/exploitation (LPI/LPD/LPE), survivable, anti-scintillation, and anti-jam communications as well as nuclear command and control services in all operational environments - nuclear, contested, and benign. Protected tactical MILSATCOM must be able to provide anti-jam and LPI/LPD/LPE communications in both contested and benign operational environments. The Government is interested in obtaining information and recommendations of new systems achieving reductions in cost of protected communications, and the efficient application of future protected MILSATCOM for the strategic and/or protected tactical missions. Affordability must take into account insertion of new technologies to reduce cost, enterprise (space, terminal, ground, control) improvements in manufacturing and production capability and a closer examination of cost driving requirements. Capabilities of a new system(s) must take into account emerging threats, resiliency, information assurance for a wide variety of users, capacity and coverage demands, operational management, terminal segment synchronization, integration with current/future service networks, enterprise life cycle costs, development timelines, acquisition strategies, and risk. These factors may influence recommendations on the overall architecture as well as specific features such as (but not limited to) the orbit(s), constellation size(s), degree of backwards compatibility to the Extended Data Rate waveform, information assurance architecture, cost/complexity per satellite, cost/complexity per terminal, and cost/complexity of the ground segment. All inquiries pertaining to this RFI shall be made to each of the points of contact (POCs) within this RFI. Government/Industry Exchange The Government anticipates conducting classified SECRET/NOFORN Industry Day and one-on-one interchange meetings at Los Angeles Air Force Base, El Segundo, CA on 25 and 26 May. Attendance at these meetings, should they occur, is restricted to those attendees with appropriate and verifiable security clearances. Sources interested in attending must submit an email to the POCs referenced below no later than seven days after this RFI is posted. Interested parties not pre-cleared to attend Industry Day at the classified SECRET/NOFORN level will not be permitted entrance. Further details regarding these meetings will be provided to those interested parties cleared for attendance. The Government will not provide any reimbursement for Industry Day attendance. Submission of Statement of Capability Package Interested sources are encouraged to submit a Statement of Capabilities (SOC) package which shall include the following information: • A non-proprietary one page cover sheet reflecting this RFI number & title, the name of your firm/organization, and your technical and administrative POCs - including names, titles, postal address, phone and fax numbers, email addresses, and CAGE code (if applicable) • An executive summary briefly outlining your firm's key ideas/capabilities (two-page limitation) Any significant claims or reports of success must be justified with specific citations, URLs, and/or references All submissions must consist of the RFI No.11-52 one original, three paper copies, and two CD ROMs of all material in Microsoft Word 2007(1-inch margins and 12 point Arial or Times New Roman font), and/or Adobe PDF 9.0. Label each CD ROM clearly with: this RFI #, respondent organization, and POCs. The page limitation for the SOC package is 25 pages (incl. figures & tables). Responses from small and small disadvantaged businesses are encouraged. The North American Industry Classification System (NAICS) code for this effort is 517410. The small business size standard is $15 Million. Information submitted in response to this RFI will enhance the Government's ability to acquire quality systems in the future and, therefore, will be used for planning purposes only. All material provided in response to this RFI shall be unclassified, non-confidential, and non-proprietary to the maximum extent practicable. Interested sources providing confidential/proprietary information in response to this RFI shall separately and clearly identify and mark all confidential/proprietary information. The Government will take all necessary steps to protect/safeguard any confidential/proprietary information provided. The Government will NOT be responsible for any confidential/proprietary information not clearly marked. Email the Contracting Officer a request for instructions on submitting classified material. Do not submit any classified material without first contacting the Contracting Officer identified below. RFI responses (original and designated number of hard copies, and CD ROMs) must be delivered no later than 4:00 PM, Pacific Daylight Time, June 24, 2011 to: MILSATCOM Directorate Attn: Karen Ross 483 N. Aviation Blvd El Segundo, CA 90245 Disclaimers and Notes This RFI is issued solely for planning purposes. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. The Government is under no obligation to acknowledge receipt of submissions or provide feedback to respondents with respect to any information submitted under this RFI. The following companies/organizations will assist the Government in review of all material/information submitted in response to this RFI: Federally Funded R&D Centers (such as The Aerospace Corp, Lincoln Laboratory, and MITRE); Systems Engineering and Technical Assistance contractors (such as Booz Allen Hamilton, LinQuest, and Tecolote); all are bound by appropriate non-disclosure agreements with the Government. For further information regarding these agreements, contact the Contracting Officer identified below. Points of Contact (POC) Contracting Officer: Karen Ross Email: karen.ross@losangeles.af.mil Contracting Specialist: Ridhi Varma Email: ridhi.varma@losangeles.af.mil Technical Point of Contact: Lt Daniel Henney Email: daniel.henney@losangeles.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/11-52/listing.html)
 
Place of Performance
Address: 483 N. Aviation Blvd., El Segundo, California, 90245-2808, United States
Zip Code: 90245-2808
 
Record
SN02438317-W 20110505/110503234050-c75687a5928154d21ee44ee70a6d4563 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.