Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2012 FBO #4045
SOURCES SOUGHT

J -- Ground Multi-band Terminal (GMT) Contractor Logistics Support Engineering (CLSE)

Notice Date
12/19/2012
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
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
GMTCLSE_SMCMCL
 
Archive Date
1/24/2013
 
Point of Contact
Russell J, Shaw, Jr., Phone: 7195567341, James D. Swartz, Phone: 7195560612
 
E-Mail Address
russell.shaw@us.af.mil, james.swartz@peterson.af.mil
(russell.shaw@us.af.mil, james.swartz@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of the Air Force Space and Missile Systems Center (SMC), Space Logistics Directorate, Military Satellite Communications (MILSATCOM) Systems Directorate, Logistics and Operations Support Division (SMC/MCL) located at Peterson AFB, CO is contemplating a Firm-Fixed-Price/Cost Reimbursable future requirement in support of the Ground Multi-band Terminal (GMT, AN/TSC-179) program. The Government is performing market research to understand the market's capabilities to provide the required Contractor Logistics Support Engineering (CLSE) support for the GMT program. The GMT, AN/TSC-179 provides the warfighter with flexible, lightweight, modular, scalable, and integrated tactical quad-band SATCOM terminals. GMT is interoperable with legacy MILSATCOM terminals, is compatible with assorted legacy and current large aperture antennas, and is designed to be upgradable to incorporate new technologies. The GMT CLSE requirement will provide engineering and software support of one-hundred thirty three (133) GMT SATCOM terminals manufactured by the Original Equipment Manufacturer (OEM) L-3 Narda Satellite Networks (L-3 NSN). The requirement also includes the support and interoperability of one-hundred thirteen (113) Quad-band Large Aperture Antennas (QLAA) also manufactured by L-3 NSN. Experience with GMT operations, associated antennas, and GMT Line Replaceable Units (LRUs) is required. In-depth configuration analysis and operational knowledge of the GMT terminal is also required. GMT CLSE support includes engineering, testing, certification, and implementing upgrades to maintain the current configuration baseline or to improve the system with new technology/modifications identified by the GMT Program Office. GMT CLSE support also includes GMT system technical refreshment, configuration management, parts obsolescence mitigation, metrics, and accurate logistics support information to assist with reducing life cycle costs. GMT software sustainment is required and encompasses investigating and resolving problem reports and developing/creating/distributing software imaging disks/downloads. GMT CLSE support requires interaction with Government agencies that provide integration of operating system software and licensing via a Memorandum of Agreement (MOA) between the agencies and SMC/MCL. Operating software changes must be integrated with GMT system software to ensure anomalies are not introduced into GMT laptops. Technical data limitations exist based on structural designs and electronic diagrams proprietary restrictions with the OEM L-3 Narda Satellite Networks (L-3 NSN). Additionally, GMT system software development and manipulation is subject to OEM restrictions. A Technical Data Package with unlimited rights was not procured with the acquisition of the original GMT system. Teaming agreements with L-3 NSN will be necessary for required hardware/software manipulations. Responses must include proof of a teaming agreement with the OEM and a proposed strategy to provide full engineering support with respect to data limitations and proprietary rights. Additionally, a Government Furnished Equipment (GFE) GMT will not be available for use as an operational test bed. The lack of GMT operational test bed resources requires an in-place agreement with the OEM to accomplish operational testing. Pending market research results and a determination of qualified sources, the Government may award a sole source contract to L-3 NSN IAW FAR 6.302-1, Only One Responsible Source and No Other Suppliers or Services will Satisfy Agency Requirements. The place of performance will be at a secured contractor facility within the continental United States (CONUS). Contractors shall be required, upon award, to have Secret security clearances for all personnel assigned to work on the GMT CLSE effort. The basic period of performance is anticipated to be 12 months, with options up to 24 additional months. If the Government elects to do so, a projected Request for Proposal (RFP) release date for this effort is estimated to be in the May-June 2013 timeframe. List of Acronyms: AFB - Air Force Base CLSE - Contractor Logistics Support Engineering CONUS - Continental United States GFE - Government Furnished Equipment GMT - Ground Multi-band Terminal L-3 NSN - L-3 Narda Satellite Networks LRU - Line Replaceable Unit MCL - Logistics and Operations Support Division MILSATCOM - Military Satellite Communications MOA - Memorandum of Agreement OEM - Original Equipment Manufacturer QLAA - Quad-band Large Aperture Antenna RFP - Request for Proposal SATCOM - Satellite Communications SMC - Space and Missile Systems Center SOC - Statement of Capabilities TBD - To Be Determined All responsible sources may submit a Statement of Capability (SOC) which will be considered. Responses from small businesses and small disadvantaged business firms are highly encouraged. The applicable North American Industry Classification System (NAICS) code is 811213, Communication Equipment Repair and Maintenance. If your company is interested only in subcontracting possibilities, please indicate this clearly in your SOC. Interested parties must submit an unclassified SOC within 15 calendar days of this announcement demonstrating the following: -A viable plan to form necessary teaming agreements with the OEM or to overcome technical data/software source code accessibility limitations. -Engineering capabilities for software and hardware development, interoperability testing, and system certifications to comply with Government mandates and regulations. -Sufficient GMT equipment knowledge to provide help desk services and systemic fault isolation guidance to the MILSATCOM operational community. -Qualified/experienced personnel with a Secret security clearance. -Facility for repair, modification, testing, and certification of GMT and QLAA interoperability. -Describe relevant past experience with other CLSE efforts and the c apability to fully satisfy the Government's GMT CLSE performance requirements described above. All SOC responses will not exceed 10 single-sided pages and must conform to 8.5 x 11-inch pages with font no smaller than 12-point and a minimum of 1-inch margins. The SOC must include the following information: 1) Company name, mailing address, points of contact (including position within company), telephone numbers, and email addresses; and 2) Business size classification (large, small, or other) and type of business (Large, Small, etc.). Interested parties shall submit a SOC addressing the capability to satisfy the above GMT CLSE requirements to: SMC/PKL, Attn: Russell J. Shaw, Jr., Contracting Officer, 1050 E Stewart Avenue Bldg 2025, Peterson AFB, CO 80914-2902 (e-mail: russell.shaw@us.af.mil). Electronic submissions under 5MB total file size sent to the Contracting Officer's email address provided herein are acceptable. Oral communications are not acceptable. This synopsis is for information and planning purposes only; it does not constitute an RFP. Any information submitted in response to this synopsis is strictly voluntary. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. Any response to this synopsis is not an offer and cannot be accepted by the Government to form a binding contract. The Government will not recognize any cost associated with the submission of a SOC. The Government will use any information received for planning purposes in support of market research and to improve the understanding of industry capabilities in response to the SOC. An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is Mr. James Gill, SMC/PK, (310) 653-1789.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/GMTCLSE_SMCMCL/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02952252-W 20121221/121219234824-bd09d9289b29d9a81649bac4b12c7f7c (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.