Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2011 FBO #3520
SOURCES SOUGHT

D -- Request for Information / Sources Sought for Global Satellite Configuration Control Element (GSCCE) support services and supplies

Notice Date
7/13/2011
 
Notice Type
Sources Sought
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-11-X-1RFI
 
Response Due
7/27/2011
 
Archive Date
9/25/2011
 
Point of Contact
Angela Venes, 309-782-3832
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(angela.m.venes.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT FOR GLOBAL SATELLITE CONFIGURATION CONTROL ELEMENT (GSCCE) BRIDGE CONTRACT Notice Type: Request for Information REQUEST FOR INFORMATION (RFI), SOURCES SOUGHT FOR GLOBAL SATELLITE CONFIGURATION CONTROL ELEMENT (GSCCE) BRIDGE CONTRACT Project Manager, Defense Communications and Army Transmission Systems (PM DCATS), Fort Belvoir, VA, is seeking information from potential offerors for the contemplated acquisition of Global Satellite Configuration Control Element (GSCCE) support services and supplies. The Government does not own the majority of GSCCE data rights, drawings, software source code, and associated technical data, most of which are proprietary to the incumbent GSCCE supplier, Boeing Satellite Systems. Large and small businesses that are experienced in providing military satellite control equipment support services are requested to respond to this RFI. Small business is defined by North American Industry Association Classification System (NAICS) 334220, (750 employees or less). PM DCATS provides worldwide support for the Joint Warfighters by providing dedicated strategic satellite ground components and long haul terrestrial microwave communication systems, technical control facilities, command center upgrades, and deployed forces infrastructure. The GSCCE is the major component of the Wideband Global SATCOM (WGS) satellite control segment, providing the ability to control spacecraft payload and monitor platform health, performance, and the state of the payload configuration. The GSCCE also provides control of payload components such as antenna beams, configuration of filters and switches, beam connectivity assignments, and control gain settings. Satellite control is performed via X-band or Ka-band links. Based on the number of strings installed, one GSCCE can control up to three WGS satellites simultaneously. The Government contemplates awarding a single stand-alone contract for the required GSCCE support services and supplies. The contract, which will include both Cost-Plus-Fixed Fee and Firm-Fixed-Price and Cost-Requirements, will have a base year (FY12) and two option years The Government tentatively plans to include the following GSCCE support services and supplies in the pending solicitation. a. The Contractor shall provide all system and software engineering services and products required to conduct Government GSCCE Post Production Software Support (PPSS). b. The Contractor shall ensure that Information Assurance (IA) and associated security requirements necessary to maintain an Authorization to Operate (ATO) for deployed GSCCE systems at all sites are met. c. The Contractor shall provide Technical Studies in support of maintaining and enhancing the GSCCE and its interoperability with other C4ISR systems. d. The Contactor shall provide Integrated Logistics Support (ILS) for fielded and evolving GSCCE systems. e. The Contractor shall implement enhancements to the capabilities of the GSCCE and verify system integrity after completion of those enhancements. f. If directed, the Contractor shall be required to produce, test, and install additional GSCCE end items and associated ancillary items. g. If directed, the Contractor shall transition the GSCCE Software Sustainability Environment (SSE) from the Contractor's facility to a Government-specified facility. h. The Contractor shall provide a Technical Data Package, including drawings and software documentation, necessary to enable a manufacturer of similar equipment to produce physically and functionally equivalent GSCCE equipment. The GSCCE Sustainment services contemplated will be performed at the contractor's facility and the following Government facilities. a. Government Joint SATCOM Engineering Center (JSEC) Laboratory at Aberdeen Proving Ground, MD b. Government SATCOM Management sites in Colorado Springs, CO c. Government Wideband Satellite Operations Centers (WSOCs): (1) Landstuhl Germany (2) Fort Buckner, Japan (3) Fort Meade, MD (4) Fort Detrick, MD (5) Wahiawa, Hawaii d. Other facilities as required Interested potential offerors are asked to provide the following specific information. a. Name, address, and Contractor and Government Entity (CAGE) code of your company. b. Point of Contact (Name address, phone number, and e-mail). c. Identify current products your company offers which most closely match the capabilities specified above. d. Available product brochures, specification sheets, photographs, illustration and technical descriptions that describe your company's current products and services that most closely match the required capabilities. e. An optional White Paper (no more than 20 pages in length) describing how your company's products and technical expertise could produce and deliver the required capability. f. An identification of your company's past and current customers to which your company provided similar products and services, including a customer/company name and point of contact, phone number, and address/e-mail where they can be contacted. g. Pricing structure for required supplies and services, including licensing, maintenance, upgrades, and integration. This RFI is for information purposes only and does not obligate the Government to implement or acquire any system, equipment, or services addressed in the information received or change any acquisition strategy. This RFI does not obligate the Government for cost reimbursement for the preparation of a response. Please furnish the above requested information by 27 July 2011. Please submit the requested information in PDF or Microsoft Word format via the CECOM Interactive Business Opportunities Page (IBOP) at the following address: https://www.abop.monmouth.mil. General administrative questions should be directed to Vicky R. Niblett [vicky.r.niblett@us.army.mil] at PM DCATS, Fort Belvoir, VA. All other questions should be directed to John M Knizner [john.m.knizner.civ@mail.mil] at Army Contracting Command - Rock Island.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1283998b531acdb4b3922549a9cc6526)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02497137-W 20110715/110713234742-1283998b531acdb4b3922549a9cc6526 (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.