MODIFICATION
D -- Naval Senior Leadership Communication – Aircraft (NSLC-A) Satellite Communications Services
- Notice Date
- 2/13/2015
- Notice Type
- Modification/Amendment
- 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
- SBS0006
- Archive Date
- 3/6/2015
- Point of Contact
- Crista N. Decker, Phone: (618) 229-9491, Anh T. Carlton, Phone: (618) 229-9360
- E-Mail Address
-
crista.n.decker.civ@mail.mil, anh.t.carlton.civ@mail.mil
(crista.n.decker.civ@mail.mil, anh.t.carlton.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO) intends to issue a sole source contract to ViaSat, Inc, 6155 El Camino Real, Carlsbad, CA 92009. This acquistion is for Naval Senior Leadership Communication - Aircraft (NSLC-A) Satellite Communications Services. The proposed contract action is to provide respective aircraft with connectivity to support four simultaneous data users and three simultaneous voice users. This service is used to provide senior leaders and very important persons with internet access to increase productivity and intelligence while in flight. The service shall meet the NSLC-A data rate and satellite coverage requirements with Ku-band Spread Spectrum (KuSS) ViaSat Global Network (VGN). ViaSat is the only source that can provide the required satellite service to C-37 aircraft fitted with proprietary hardware ViaSat ArcLight modem. ViaSat utilizes proprietary hardware equipment and communications waveforms that operate only with ViaSat subscription services that include space segment satellite resources, commercial teleport services, and access to the public internet [World Wide Web (WWW)]. Additionally, ViaSat is currently the only provider capable of meeting NSLC-A's data rate requirements of a minimum of 2048Kbps aggregate (1536Kbps forward link and 512Kbps return link) with worldwide coverage through a present twelve inch antenna with an existing Supplemental Type Certification (FAA certification) on a C-37 aircraft. A request for a written proposal is expected to be issued February 13, 2015. Anticipated award date is March 9, 2015. The resultant firm-fixed price contract will be for a 1-year base period and four 12-month option periods. The government requires Ku-band service subscriptions, referred to as simultaneous operations (SIMOPs). SIMOPs include space segment, terrestrial segment, and customer service support for global operations. Only one aircraft or the fixed site lab at SSC PAC will operate on one SIMOP at any time. The initial required quantity of SIMOPs is three during the base year with the option to add one additional SIMOP in the base year. Three SIMOPs are required in option years with the option to add one additional SIMOP in each option period. The Navy requires service availability for the NSLC-A fixed site lab at SPAWAR Systems Center Pacific (SSC PAC) to allow for trouble shooting and pre installation testing. The contractor will allow the user to port a SIMOP to the NSLC-A lab as required. NSLC-A currently has three aircraft terminals and a single fixed lab terminal for a total of four terminals. Customer will have two more aircraft fitted for service but their availability dates are unknown at this time. Aircraft data traffic shall reside on private terrestrial networks that are exclusive to NSLC-A. A multi-protocol label switching (MPLS) connection is required for KuSS data forwarding from the KuSS service hub terminal or network operations center to Naval Computer and Telecommunications Area Master Station, Atlantic (NCTAMSLANT), Commandant Marine Corp (CMC) base station at the Navy Yard in Washington, D.C. and other Department of Defense facilities as indicated. The statutory authority for other than full and open competition is 10 USC 2304 (c) (1), only one responsible source and no other supplies or services will satisfy agency requirements. Companies that can provide this service must indicate their interest in writing within 3 business days of this advertisement. All responsible sources will be considered in evaluating the determination to issue a sole-source contract. Quotations or proposals received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/SBS0006/listing.html)
- Record
- SN03642727-W 20150215/150213235040-0e0aa29855001661b3fd6be0795457cc (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 |