SOURCES SOUGHT
D -- RFI - U. S. Special Operations Command (USSOCOM)
- Notice Date
- 7/7/2011
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- SOCOM
- Archive Date
- 7/29/2011
- Point of Contact
- Christopher Enriquez, Phone: 6182299446
- E-Mail Address
-
christopher.enriquez@disa.mil
(christopher.enriquez@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for DEFENSE INFORMATION SYSTEMS AGENCY (DISA) U. S. Special Operations Command (USSOCOM) Deployed Operations Commercial Telecommunications Support Tracking Number: SOCOM Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8222, 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Organizational Overview USSOCOM uses an integrated satellite and terrestrial telecommunications system to support the dissemination of Command, Control, Communications, Computer and Intelligence (C4I) information between the United States Special Operations Command (USSOCOM), its components, and their major subordinate units as well as selected Government agencies and activities directly associated with the special operations community. Network connectivity includes satellite transmission and terrestrial services to connect communication hubs to deployed communication nodes located in the Continental United States (CONUS) and Outside the Continental United States (OCONUS) in support of deployed Special Operations Forces (SOF). USSOCOM's quick reaction and deployment mission requirements cover a worldwide Area of Responsibility (AOR). USSOCOM's May 2003 designation as the Combatant Command charged with executing the Global War on Terrorism (GWOT) has resulted in dramatically increased mission volume. The execution of GWOT plans has increased requirements for flexibility, rapid force displacement, and rapid transition and reconfiguration of communication services through geographic regions and countries where Special Operations Forces (SOF) operate. PURPOSE: The purpose of this Request for Information (RFI) is to conduct market research which will be used to plan and implement an acquisition strategy to procure services relating to the following: All aspects of Program Management, bandwidth management (terrestrial and satellite), and end to end solutions required by the USSOCOM Satellite Operations' world wide requirements. The focus of this effort is to support the current and future Satellite Programs. Specific areas of support and assistance include: • Program Management • Preparing and maintaining required program documentation • Preparing and maintaining weekly configuration control and program status reviews • Developing and maintaining schedules • Test and Evaluation support • Information Assurance and certification of all network devices • Procurement of Satellite and Network related hardware and software • World-Wide Procurement of Satellite and Terrestrial Bandwidth This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. TARGET AUDIENCE: Only small businesses are requested to respond to this RFI to assist USSOCOM in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition process, either as prime contractors or subcontractors. Sources Sought USSOCOM is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 517410. In addition to small businesses, this RFI is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUB Zone Small Businesses, Small Disadvantaged Small Businesses, Small Business Joint Ventures, Consortiums and Teaming Partners. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the small business community to provide the required services. In order to make a determination for a small business set aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the limitations of subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 517410 are requested to submit a response to christopher.enriquez@disa.mil within seven calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the last three years or work that is on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the government determining the responder is not capable of performing the scope of the work required. Requested Information: Interested vendors are requested to submit a maximum 10 page statement of their knowledge, experience and capabilities to perform the following: a) Program management support to include developing a Task Order Management Plan, review of technical deliverables, Program acquisition documentation, briefing and meeting support, financial management tracking, and overall task management coordination. b) Expert knowledge of satellite link engineering and communication architecture including all coding and modulation techniques which include but not limited to SCPC, TDMA, FDMA, COTM (land, sea, and air), Spread-Spectrum, and Multicast (FMV). c) Working knowledge of Commercial and DoD satellite frequency bands. d) Ability to manage and implement STIGs and IAVAs in all required network devices e) Knowledge of DoD and Commercial spectrum management policies and regulations, including Commercial host nation clearances and landing rights; DoD spectrum supportability processes and databases. f) Proficiency on the following equipment and software: iDirect, SatMonics, Solarwinds, Cisco, VSAT Terminals, ViewSat, Linux, and iSite g) Expert knowledge of fixed and mobile satellite engineering services including but not limited to site surveys, developing specifications, drawings, reports, configuration, implementations, and installation h) Ability to provide Customer Care/Helpdesk Support 24 hours a day, 7 days a week to include teleport, satellite bandwidth, and deployed terminal monitoring and troubleshooting. i) Ability to provide a dual diverse terrestrial network that is fully redundant for world wide network support. Responses Responses to this RFI are to be submitted by e-mail to christopher.enriquez@disa.mil. RECEIVED by 1600 CST Thursday 14 July 2011. Responses must be single spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office 2003 or MS Office 2007. Confidentiality: All information included in this RFI is only for the knowledge of USSOCOM and shall not be disclosed to any other party outside of the U.S. government. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/SOCOM/listing.html)
- Record
- SN02491679-W 20110709/110707234842-a0b1d7b403de5c0bd86db9d6b4942e17 (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 |