Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
SOURCES SOUGHT

D -- Teleport Office (TPO) Engineering, Implementation, Integration, Installation, Testing,

Notice Date
8/5/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
NCRFY140003-A
 
Archive Date
8/20/2015
 
Point of Contact
Jacelyn Stanton, , Silvia Molinillo-Corral,
 
E-Mail Address
jacelyn.e.stanton.civ@mail.mil, silvia.molinillo-corral.civ@mail.mil
(jacelyn.e.stanton.civ@mail.mil, silvia.molinillo-corral.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Department of Defense (DoD) Teleport Program Office (TPO) is seeking sources to support the Implementation and Integration (I&I), Configuration Management (CM), and Logistics of the DoD Teleport System. CONTRACTING OFFICE ADDRESS: Defense Information Technology Contracting Organization (DITCO)/NCR ATTN: PL61 P.O. Box 549 Fort Meade, MD 20755 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The DoD Teleport Program office is seeking information for potential sources to provide technically focused support to the Government in the following areas: 1) Integration, and Implementation, 2) Logistics, and 3) Configuration Management of the DoD Teleport System. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1047-11-F-4157 Contract Type: Firm-Fixed Price (FFP) Incumbent and their size: Systems Technology Forum, LTD, Small Method of previous acquisition: Full and Open Competition The DoD Teleport System provides tactical users access to the Defense Information Switched Network (DISN) services in a seamless, interoperable, and economical manner anywhere in the world between latitudes 65 degrees North and South. The DoD Teleport System has been fielded in a series of generations with Generation One and Two being completed in 2010 which requires constant technical refresh/technical insertion to keep up with evolving technology. Teleport Generation 3, currently being fielded, provides for three satellite gateway enhancements funded by Office of the Secretary of Defense (OSD) Program Objective Memorandum (POM) 2010 Issue Paper 3414-01. The issue paper advocated for support of critical satellite gateway enhancements which would enable the synchronized fielding of satellite terminals with their respective space segments. The critical gateway enhancements identified in the issue paper were: • Advanced Extremely High Frequency Extended Data Rate (AEHF XDR) terminals; • Wideband Global System enhanced X- and Ka-multiband (WGS X/Ka) terminals; • Mobile User Objective System (MUOS) to Legacy Ultra High Frequency (UHF) Systems Interoperability Estimated Period of Performance: 1 April 2016 - 31 March 2017 with four (4) one-year option periods. The places of performance include Ft Meade, Maryland and contractor facility, as well as travel in the Continental US and to overseas locations. REQUIRED CAPABILITIES: The TPO requires technical support, consistent with established commercial and government guidelines and standards concerning Satellite and terrestrial telecommunications systems within the United States and overseas locations. Technical support efforts will include but are not limited to; C, X, Ku, and Ka-band Wideband SATCOM systems, Ultra High Frequency (UHF) Narrowband SATCOM systems, Extremely High Frequency (EHF) Protected SATCOM systems, and network-centric baseband (switches, routers, call managers, etc.) systems. Qualified contractors will be required to support the following task areas: Logistics: The Government requires flexible, responsive, and high quality life cycle logistics support. The Government requires support in the early planning, development, implementation, and management of a comprehensive, affordable, effective performance driven logistics support strategy. Logistics plays a key role during all phases of the life cycle. The goal is to ensure sustainment considerations are integrated into all planning, implementation, management, and oversight activities associated with the acquisition, development, production, fielding, support, and disposal of a system across its life cycle. Configuration Management (CM): The contractor expertise needed revolves around the need to maintain configuration management of the DoD Teleport System. Support will include documentation and tracking of design throughout the Program's evolution. The contractor must have experience and knowledge of CM Plan development and execution, Configuration Control Board (CCB) Management, Conducting CM Audits Support, and experience with Microsoft SharePoint. Implementation and Integration: The contractor expertise needed revolves around the implementation, and integration of current and future commercial and military space systems in support of the deployed warfighter. Operational experience/ knowledge of the military's employment of tactical and strategic military satellite systems, how the Teleport system supports the warfighter today, understanding how the military employs commercial satellite systems, and how satellite systems could be procured and implemented worldwide considered to be critical. The contractor must have experience and knowledge of engineering, operations, installation, implementation, and integration of satellite RF, IF and baseband systems, which is critical. Systems supported shall include, but are not limited to; Satellite Communications Systems in military and commercial frequency bands (wideband, narrowband, and protected), network routing and switching, IF switching systems, FDMA and TDMA modems, and crypto-logic equipment. Understanding DISA's role in supporting the DOD, the DISN services provided by DISA, and the numerous organizations and command relationships within DOD, Joint Staff, Combatant Commands, Services, and Agencies is also essential. An understanding of the Joint Staff satellite requirements validation process and the ability to interpret the military services SATCOM database requirements and how they relate to Teleport is highly desired. Acquisition and Architecture Development. The Teleport Program is a multi-generational acquisition program and requires the development of new architectures to meet evolving technologies and acquisition strategies to put these technologies in the hands of warfighters. The contractor expertise needed includes the development of programmatic documents, plans that transition/trace operational requirements, experience in providing acquisition document creation reviews, and post FD capability initiatives. The contractor will also be required to analyze and assess areas related but not limited to emerging strategic and tactical C4ISR, DoD Gateway and international partner SATCOM requirements. Knowledge of Teleport system at the DoD Chief Information Office (CIO), Joint Staff, Combatant Commander, USD (AT&L), and Service stakeholder levels are highly desirable. SPECIAL REQUIREMENTS All individuals supporting this effort should possess a DoD Secret clearance at time of award and selected individuals must be able to obtain and maintain a DoD Secret clearance within 120 days after official notification. Facility clearance level for the vendor should be Secret or above. SOURCES SOUGHT: The anticipated North American Industry Classification System Codes (NAICS) for this requirement is 541330 - Engineering Services. This sources sought is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist the DoD TPO in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 19 August 2015 at 12:00 PM Eastern Time (ET) to jacelyn.e.stanton.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/NCRFY140003-A/listing.html)
 
Place of Performance
Address: Defense Information Technology Contracting Organization (DITCO)/NCR, ATTN: PL61, P.O. Box 549, FORT MEADE, Maryland, 20755-0549, United States
Zip Code: 20755-0549
 
Record
SN03825713-W 20150807/150805235926-7be29541200eb6351594660605582bd6 (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.