Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2014 FBO #4438
SOURCES SOUGHT

J -- Fixed Site Single Channel Anti-Jam Man-portable (SCAMP) parts and on-site support - Attachment 1 - SCAMP Locations

Notice Date
1/16/2014
 
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
FA8823-14-SCAMP
 
Archive Date
2/15/2014
 
Point of Contact
Brent Jorgensen, Phone: 7195562795
 
E-Mail Address
brent.jorgensen.1@us.af.mil
(brent.jorgensen.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SCAMP Locations (1) Action Code: R - Sources Sought Synopsis (2) Date: 16 Jan 14 (3) Year: 2014 (4) Contracting Office Zip Code: 80914 (5) Classification Code: J - Maintenance, repair & rebuilding of equipment (6) Contracting Office Address: 1050 East Stewart Ave, Bldg 2025, Peterson Air Force Base (AFB), CO 80914-2092 (7) Subject: Fixed Site Single Channel Anti-Jam Man-portable (SCAMP) parts and on-site support (8) Proposed Solicitation Number: TBD (9) Closing Response Date: 31 Jan 14 (10) Contact Point or Contracting Officer: Stacy Reed - Contracting Officer, Brent Jorgensen - Contract Specialist (11) Contract Award and Solicitation Number: N/A (12) Contract Award Dollar Amount: N/A (13) Contract Line Item Number: N/A (14) Contract Award Date: N/A (15) Contractor: N/A (16) Description: The Space and Missile Systems Center/MILSATCOM Logistics and Operations Support Division (SMC/MCL), located at Peterson AFB, Colorado is contemplating award of a contract for Fixed Site SCAMP (FSS) parts support and on-site service support. The mobile SCAMP terminal is a SATCOM communication terminal for the AN/FSC-125 Communication Set Satellite. The Fixed-Site SCAMP configuration adds an accessory package to the mobile SCAMP terminal that allows it to be controlled from a remote location up to 1,000 feet away. In the FSS application the terminal operates in a receive mode only as the transmit capabilities of the terminal are not used. The FSS provides Air Force users with secure, robust, and-jam resistant reception of Emergency Action Message (EAM) data. The FSS consists of a mobile SCAMP terminal that is housed in an environmentally controlled radome along with other auxiliary equipment. This request for information pertains to the support of the Fixed-Site SCAMP specific parts and servicing and not the mobile SCAMP terminal equipment. The primary function of this effort is to acquire parts support in the form of repairing, developing technical data and providing or producing or identifying replacement parts, for specific FSS parts. Examples of critical parts are: fiber-optic multiplexers and a pair of control logic cards. The first logic card is placed in an enclosure on the pallet that supports the radome. The second logic card resides in a rack that is placed indoors. The control logic cards are used for functions such as, but not limited to, electrical power regulation, relays for transfer of electrical power, and control status sensing. The contractor shall provide technical expertise in analyzing and custom parts engineering, and identifying form, fit and function replacements when necessary. The contractor shall be responsible to test and verify that replacement parts meet form, fit and function requirements. Contractor personnel shall be required to have Secret security clearances. Contractor shall be required to travel to FSS sites to troubleshoot, repair, replace, or install and test all equipment necessary to maintain operational sustainment of the FSS. Include the following as part of the Statement of Capability (SOC): describe relevant past experience and expertise with removing, installing, troubleshooting, operating, to include, if applicable, repairing and producing, and providing parts and service to Fixed Site SCAMP terminals. Also, state your company's capability to provide parts and servicing functions on a quick turn basis. The basic period of performance is anticipated to be 3 years, base year with two (2) one-year options. If the Government elects to do so, a projected Request for Proposal (RFP) release date for this effort is estimated to be in the late 2014 timeframe. List of Acronyms: FSS Fixed Site SCAMP HQ AF Headquarters Air Force MAJCOMs Major Commands MILSATCOM Military Satellite Communications RFP Request for Proposal SCAMP Single Channel Anti-Jam Man Portable (17) Place of Contract Performance: See attachment. (18) Set-aside Status: TBD (19) North American Industry Classification System (NAICS) Code: 811213 Communications Equipment Repair and Maintenance. Size standard: $10.0M Interested parties are invited to submit an unclassified SOC NLT 1000 Mountain Time on Friday, 31 Jan 14 addressing the capability to satisfy the above FSS requirements to: SMC/PKJ, Attn: Stacy Reed, Contracting Officer, 1050 E Stewart Avenue Bldg 2025, Peterson AFB, CO 80914-2902 (e-mail: stacy.reed@us.af.mil). Oral communications are not acceptable. 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; 2) Business size classification (large, small, or other) and type of business (Large, Small, etc.); 3) Experience in the area of FSS design, maintenance, or similar comparable experience; 4) Capability to fully satisfy the Government's performance requirements described above. All responsible sources may submit a SOC for consideration. Responses from small business and small disadvantaged business firms are highly encouraged. If your company is interested only in subcontracting possibilities, please indicate this clearly in the SOC submission. 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, 483 N. Aviation Blvd, Los Angeles AFB CA 90245, (310) 653-1789.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823-14-SCAMP/listing.html)
 
Place of Performance
Address: 1050 East Stewart Ave, Bldg 2025, Peterson AFB, Colorado, 80914-2092, United States
Zip Code: 80914-2092
 
Record
SN03268935-W 20140118/140116234104-4e89a6f42b995e5b3575731df93e3495 (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.