SOURCES SOUGHT
D -- SATCOM trend analysis and anomaly resolution
- Notice Date
- 10/4/2016
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J17R0008
- Archive Date
- 10/26/2016
- Point of Contact
- Amanda Struve, Phone: 3097821150, Roderick Thompson,
- E-Mail Address
-
amanda.k.struve.civ@mail.mil, roderick.t.thompson.civ@mail.mil
(amanda.k.struve.civ@mail.mil, roderick.t.thompson.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- WIDEBAND SATELLITE COMMUNICATIONS CONTROL PLANE WAVEFORM SOURCES SOUGHT FOR Wideband SATCOM Trend Analysis and Anomaly Resolution Sub-system/WSOMS Mediated Interoperability Infrastructure (WSTARS/WMII) THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES AND DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE A RFP IN THE FUTURE. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. THE INFORMATION PROVIDED IN THIS NOTICE IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT 1. Purpose Project Manager, Defense Communications and Army Transmission Systems (PM DCATS), Product Lead, Wideband Enterprise Satellite Systems (PL WESS), Fort Belvoir, VA is seeking information from large and small businesses experienced in providing and supporting military satellite control in order to gage industry capacity and capability for providing the operational implementation of a cloud like solution for network management for communications within the SATCOM network operations center. The WMII will utilize existing FlexPod equipment to set the basis of the full solution. Other sub-systems within the SATCOM Network Operations Centers will be virtualized on the WMII infrastructure, and the communications paths amongst these sub-systems will comply with the WMII Service Oriented Architecture (SOA). In addition to virtualization and SOA, the WMII will house the consolidated/centralized database (DB) for utilization between all sub-systems. The existing sub-system DB's may require the utilization of an Extract-Translate-Load (ETL) to populate the consolidated/centralized database. The WSTARS will provide the overarching management of all sub-systems, providing situational awareness to all users of the Wideband SATCOM Operations Management System (WSOMS). The software developed to accomplish this will provide a visual map of the networks managed, data analytic tools to support decision making, trouble ticketing to track issues. The networks managed will be both the terrestrial WSOMS and RMCE networks, and the satellite WGS networks. The data analytic tool will be set to support the Controllers, Operations Analyst, Company Commanders, Wideband Watch Officer and any other deemed personnel, to make succinct decisions to correct issues within the satellite network. The tool will be customizable to capture the needs of those tasked with controlling the WGS constellation. Future development of trend analysis and anomaly resolution will progress to an automated correct of these errors based upon Army Forces Strategic Command (ARSTRAT) Standard Operating Procedures (SOP). The trouble ticket software shall provide traceability and continuity by carrier/customer links within the satellite network. It shall be a query-able tool to support the data analytics and situational awareness. 2. General Objectives The Government is developing the architecture for the next generation Wideband Control SATCOM system to help improve situational awareness and utilization of Wideband SATCOM satellite resources. Part of the effort is to identify commercial solutions for a Wideband Satellite Communications Control Plane waveform. Key areas of interest to be included in the RFI response include: a. Virtual Machine (VM); b. Service Oriented Architecture (SOA); c. Consolidated/centralized database; d. Data analytics/business intelligence; e. Interoperability; f. Trouble tickets, issue tracking g. Situational Awareness; and h. Cost. 3. Requested Information. This information is being requested as part of our market research to assist in developing our requirements & systems specifications, and in general to support a RFP and/or procurement for related products. Interested parties must submit a white paper, maximum of 40 single-sided pages, providing the following information: a. Name, address, and Commercial and Government Entity (CAGE) code of your company. b. Point of Contact (Name address, phone number, and e-mail). c. Business type: large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business. d. Facility security clearance level. e. Current products your company offers which most closely match the capabilities specified above. Provide specification sheets, photographs, illustration and technical descriptions that describe those products and services. Provide a table or matrix mapping your products features and specifications against the objectives and requirements described in this RFI. Provide certifications or test results from independent test organizations. This material will not be counted against the maximum page count for the white paper, but shall not exceed 20 pages. f. Plans for handling upgrades and obsolescence if applicable. g. Willingness to modify existing items to meet requirements. h. Length of time the product(s) has been produced. I. Warranty terms and practices, and annual returns under warranty if applicable. j. Practices and capabilities for calibration, repair and overhaul. k. Company's past and current customers to which your company provided similar products and services, including a customer/company name and point of contact, phone number, and address/e-mail where they can be contacted. l. Experience in providing all system and software engineering services and products required for the delivery of the modems. m. Experience with cyber security and associated security requirements necessary to obtain and maintain an Authority to Operate (ATO) for deployed equipment. n. Experience in providing Contractor Logistics Support (CLS) (e.g. spares, technical manuals, Instructor and Key Personnel (IKP) as well as New Equipment Training (NET), operations and maintenance for fielded and evolving systems, both field and depot level support. Provide specific systems and magnitude of effort. o. Experience developing and delivering Technical Data Packages, including drawings and software documentation, necessary to enable a manufacturer to produce physically and functionally equivalent modem. p. Experience developing a modular system so that components can be installed in Enterprise and selected tactical SATCOM terminals. 4. Submission Instructions. Responses shall be submitted in written form only via email in Adobe Acrobat Portable Document Format (PDF) or compatible with Microsoft Office 2007 suite of software. Interested parties submitting responses are advised that all costs associated with responding to this RFI will be solely at the interested party's expense. To aid the Government, please mark and segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. DISCLAIMER: The Government will not reimburse the respondents for any costs associated with their responses. This RFI does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the sources sought request. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, use it to document the market research and develop the RFP. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government. The submission of this information is for PLANNING PURPOSES ONLY. The information received WILL NOT obligate the Government in any manner, nor will the Government reimburse companies for any costs associated with submittal of responses to this sources sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a26523d6f32461b7f95908892671ace8)
- Record
- SN04297512-W 20161006/161004234518-a26523d6f32461b7f95908892671ace8 (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 |