SOURCES SOUGHT
58 -- Request for Information (RFI) for Multiplexer Integration and Digital Communications Satellite Subsystems (DCSS) Automation System (MIDAS)
- Notice Date
- 4/8/2015
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-15-R-0081
- Response Due
- 4/17/2015
- Archive Date
- 6/7/2015
- Point of Contact
- Eric Eischen, 309-782-7144
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(eric.t.eischen.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION/REQUEST FOR PROPOSAL. Project Manager Defense Communications and Transmissions Systems (PM DCATS)/Product Manager Wideband Enterprise Systems (PdM WESS) provides worldwide support to the Joint Soldiers by providing dedicated strategic satellite ground components and long haul terrestrial microwave communications systems, technical control facilities, command center upgrades, and deployed forces infrastructure. The objective of this acquisition is to award an Indefinite Delivery (ID) Requirements contract to provide hardware and sustainment support services for the AN/USC-63 Multiplexer Integration and Digital Communications Satellite Subsystem (DCSS) Automation System (MIDAS). MIDAS is an automated approach to accomplishing the baseband portion of the Defense Satellite Communications System (DSCS) Standardized Tactical Entry Point (STEP), Department of Defense (DoD) Teleport, and other Defense Enterprise Wideband Satellite Communications (SATCOM) System (DEWSS) requirements. Currently, the DCSS baseband requirements, including STEP, are met using discrete equipment that is racked accordingly, to meet specific site needs. MIDAS provides a miniaturized, state-of-the-art implementation to the current switching, multiplexing, test, and system timing functions. It is implemented in chassis/box-level components that are reduced to modular circuit card (or sub circuit card) level in the MIDAS. MIDAS equipment is housed within standard rack-mounted enclosures and is controlled from local and remotely accessible Operator Interface Units (OIUs). MIDAS equipment is currently installed at over forty (40) Wideband Global Satellite (WGS) and Defense Satellite Communications System (DCSS) sites worldwide to provide essential multiplexer and circuit patching capabilities. See attached for draft Performance Work Statement (PWS) and Hardware Specification Document for additional requirements. Capability Statement: Interested sources may provide a corporate capability statement with the following 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 within. d.Available product brochures, specification sheets, photographs, illustration and technical descriptions that describe your company's current products that most closely match the required capabilities. e.An optional White Paper (no more than 10 pages in length) describing how your company's products and technical expertise could produce and deliver the required capability within the Government's specified time frame. f.An identification of your company's past and current customers to which your company provided similar products, 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, including licensing, maintenance, upgrades, and integration. Response Format: Responses shall be single-spaced, 12-point font, and not less than 1 inch margins. Based on the page limits set forth above, the total length of the response shall not exceed 10 pages, excluding company brochures and catalogs. In accordance with FAR 15.201(e), a response to this RFI is not an offer and cannot be accepted by the Government to form a binding contract. The Government will not award a contract on the basis of this RFI, nor pay for information provided in response. This information will not be returned. Corporate information marked Proprietary, such as non-public pricing or bid strategy, will be safeguarded. The final requirements and acquisition strategy for the MIDAS program may be different from what is described in the attached PWS. Responses to this RFI shall be emailed or hand-delivered to the US Army Contracting Command - Rock Island, ATTN: Mr. Eric Eischen, 3055 Rodman Ave, Rock Island, IL 61299. Email responses are preferred and shall be submitted to eric.t.eischen.civ@mail.mil. Responses to this RFI shall be provided NLT 17 April 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eadbbe574faabd193cf770c001af7072)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03694048-W 20150410/150408235758-eadbbe574faabd193cf770c001af7072 (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 |