SOURCES SOUGHT
70 -- RFI - RMCE Follow-on & Transition - RMCE PWS - DRAFT
- Notice Date
- 5/1/2018
- 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
- W52P1J-18-RMCE
- Archive Date
- 5/5/2018
- Point of Contact
- Timothy W. Volkert, Phone: 3097821956, David J. Burke, Phone: 3097827532
- E-Mail Address
-
timothy.w.volkert.civ@mail.mil, david.j.burke45.civ@mail.mil
(timothy.w.volkert.civ@mail.mil, david.j.burke45.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- RMCE PWS - Draft THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. The information provided in this notice is subject to change and does not bind the Government in any way. 1. Purpose Project Manager, Defense Communications and Army Transmission Systems (PM DCATS), Product Manager, Wideband Enterprise Satellite Systems (PdM WESS), Fort Belvoir, VA, is seeking information from all parties experienced in providing and supporting military satellite control functions in order to gage industry capacity and capability for providing maintenance and development support of the Remote Monitor and Control Equipment (RMCE) satellite sub-system. 2. Background PdM WESS provides worldwide support for the Joint Warfighters by providing dedicated strategic satellite ground components and long haul terrestrial microwave communication systems, technical control facilities, command center upgrades, and deployed forces infrastructure. PM DCATS was required to provide the capability to remotely monitor the Defense Satellite Communications System (DSCS) and Wideband Global Satellite Communications (WGS) satellite constellations, and to provide enhancements on an as-needed basis to meet emerging mission requirements. The RMCE is a system of commercial off-the-shelf (COTS) components installed in equipment racks designed to provide remote capability for payload control, payload monitoring, and transmissions control missions over the WGS satellites that does not exist within Army Forces Strategic Command's current capabilities. The RMCE is an augmentation of WSOMS-Net with functionality that provides for the monitoring and control of WGS payloads operating in orbital slots not sufficiently in view of the five existing Wideband Satellite Communications Operations Centers (WSOCs). The RMCE is best viewed as having three architectural components; Remote Site, Central Site and a private Infrastructure Network providing redundant data transport between sites and interfacing into the Wideband SATCOM Operational Management System (WSOMS) Network. The remote sites are controlled and monitored by the WSOC's with minimal physical support required at the remote terminal locations by contractor personnel. The RMCE system provides the capability to remotely administer the system via an Internet Protocol (IP) Keyboard, Video, Mouse (KVM) controlled by the WSOC operator. The RMCE is fully integrated into the Wideband SATCOM Operational Management System (WSOM) network, being connected between the WSOC's and Australia with either Red or Black communication links through a terrestrial network with alternate paths via SATCOM. The RMCE provides command, telemetry, and spectrum monitoring for a single WGS satellite by using the remote Global Satellite Configuration Control Element (GSCCE) modem equipment. Spectrum monitoring of WGS Spectrum Information Gathering (SIG)-1, SIG-2, and in-beam monitoring is accomplished using Wideband Remote Monitoring Sensor (WRMS). The current strategic remote monitoring and control locations are located at the five (5) WSOCs and the six (6) Remote Monitoring and Control Equipment (RMCE) sites located worldwide. Each WSOC has a suite of terminals to monitor and control the WGS and DSCS, the older constellation of DoD satellites. 3. Required Capabilities RMCE required capabilities are as follows: a. Maintain RMCE v1.2 software upgrade release worldwide. This might require the development of releases that address all priority 1, 2, & high-criticality 3 Software Change Requests (SCRs) and Software Problem Reports (SPRs). Incorporation of superior hardware and or software that would result in increased performance, capabilities, and reliability, might be necessary. The Government is interested in both: 1) hardware/software solutions to replace the existing equipment and 2) hardware that could be integrated into the existing system without restricting functionality, serving as a supplement to the current suite of equipment. b. Maintain RMCE cybersecurity posture by producing quarterly information assurance software releases. This also includes adhering to all Department of Defense (DoD) Risk Management Framework requirements. c, Install, configure, and test RMCE at Camp Roberts, California d, Transition all RMCE lifecycle activities to the Government. 4. Requested Information. Interested parties shall submit a white paper, maximum of 20 pages, containing 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. Business size: d. Capabilities package which identifies current services and capabilities your company offers that most closely match the capabilities specified above and within the included attachments. As part of your response, you may also provide illustrations and technical that help describe the services your firm has experience providing. **Note: This material will not count against the maximum page count for the white paper, but shall not exceed 20 pages (40 Page maximum - White Paper - 20 pages and References - 20 Pages).** For purposes of this sources sought notice, the following documents are attached to further define the service requirements: Attachment 001 - RMCE PWS - DRAFT Attachment 002 - RMCE System Specification - DRAFT (This document has restricted access. A link to request access will be posted soon.) 5. Submission Instructions Responses to this sources sought notice are requested no later than 2 p.m. Central Time on 04 May 2018. Submit your responses via email to Contract Specialist Tim Volkert at timothy.w.volkert.civ@mail.mil and Procuring Contract Officer (PCO) David Burke at david.j.burke45.civ@mail.mil. All questions shall be submitted in written form via email to the Contract Specialist and PCO. To aid the Government, please mark and segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Interested parties submitting responses are advised that all costs associated with responding to this notice will be solely at the interested party's expense.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/95e0a31af54db8f7be797ac4206de438)
- Place of Performance
- Address: U.S. Army Contracting Command - Rock Island, CCRC-TB, 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- Zip Code: 61299-8000
- Zip Code: 61299-8000
- Record
- SN04906793-W 20180503/180501230936-95e0a31af54db8f7be797ac4206de438 (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 |