SOURCES SOUGHT
R -- Ultra-High Frequency (UHF) Satellite Analysis Tool (USAT)
- Notice Date
- 5/18/2021 7:35:22 AM
- Notice Type
- Sources Sought
- NAICS
- 334
—
- Contracting Office
- FA8823 SUSTAINMENT PKL PETERSON AFB CO 80914-2900 USA
- ZIP Code
- 80914-2900
- Solicitation Number
- FA8823-21-R-0008
- Response Due
- 6/11/2021 3:00:00 PM
- Archive Date
- 06/26/2021
- Point of Contact
- Kimberly S. McGough, Phone: 7195562919
- E-Mail Address
-
kimberly.mcgough@spaceforce.mil
(kimberly.mcgough@spaceforce.mil)
- Description
- SOURCES SOUGHT Military SATCOM Operations Support and Sustainment Division, SATCOM Data Transport Branch (SMC/ECPM) Purpose/Scope This is an open market Sources Sought regarding a tentative requirement to perform tasks related to the Research Test and Development (RDT&E) on Ultra-High Frequency (UHF) Satellite Analysis Tool (USAT) in support of the Military SATCOM Operations Support and Sustainment Division, SATCOM Data Transport Branch (SMC/ECPM). As part of its market research, the Space and Missile Systems Center is issuing this Sources Sought to determine if there exists an adequate number of interested and qualified contractors capable of performing the requirement as further described.� The Government may use the responses to this Sources Sought for information and planning purposes. The technical specifications describe only the currently contemplated possible specifications and may vary from the actual specifications identified in any final Request for Proposal (RFP). This Sources Sought is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This Sources Sought does not commit the Government to contract for any supply or service, whatsoever.� Further, SMC/ECPMT is not at this time seeking proposals and will not accept unsolicited proposals.� Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this Sources Sought.� Not responding to this Sources Sought does not preclude participation in any future RFP, if any is issued.� If a solicitation is released, it will be synopsized on the beta.SAM.gov website. It is the responsibility of the potential responders to monitor these sites for additional information pertaining to this requirement. Objectives of the Sources Sought Understand the level of interest, capability, and availability of potential vendors that could perform the required tasks. Identify issues, roadblocks, and barriers to successful implementations. Determine if the vendor would utilize any subcontractors or teaming arrangements. Identify if a total solution can be provided via open market contractors. Obtain vendor feedback on any pre-existing contracts that could fulfill this requirement. Background USAT supports the Narrowband Consolidated SATCOM System Expert (NB C-SSE) with operations and analysis allowing the NB C-SSE to be more responsive in executing SECDEF and USSPACECOM SATCOM initiatives and analyzing missions resulting in more resilient SATCOM and EMI operational assessments for the Warfighter. Mobile User Objective System (MUOS) Wideband Code Division Multiple Access (WCDMA) is the first MILSATCOM system which dynamically allocates resources to the terminal operator. Resources such as: shared bandwidth, power, WCDMA codes, coupled with multiple user topologies and global IP connectivity; require a sophisticated tool to properly manage these resources so the NB C-SSE can accomplish their mission. USAT�s Evolution contract will provide that sophisticated tool that can: Auto-Ingest of: MUOS Situational Awareness, Geosynchronous Equatorial Orbit (GEO), Enhanced Monitoring System (EMS), SATCOM Operational Management and Situational Awareness Tool (SOMSAT) and Ultra High Frequency Follow-On (UFO)/Fleet Satellite Communication System (FLTSAT); data Provide Role based model adjustability Support of SATCOM Interface with unified data libraries (DoD provided Cloud based environments i.e. Kobayashi Maru, DISA�s Mil-Cloud, etc) Threat Assessment and determination of source of Electro-Magnetic Interference Operate on Secret Internet Protocol Router Network (SIPRNet) with the required Risk Management Frame (RMF) package and controls submitted and approved to do so. �Full spectrum WCDMA/Legacy SATCOM Resource Management Modeling (e.g. EMI and Power Calculations, Terminal Link Margin Equations, Emulate Legacy Channelizer and Time-Division Multiple Access (TDMA) Characteristics. Emulate WCDMA Congestion Mitigation, Traffic Loading characteristics of all topologies and services�� U.S. Space Force, (USSF), Space and Missile Systems Center (SMC), MILSATCOM Operations and Support Sustainment office (SMC/ECPMT) requires contract support to provide evolving capabilities to USAT�s software analysis tool that provides supportability assessments of communications annexes to Combatant Command (CCMD) Operations Plans (OPLAN) for the Mobile User Objective System (MUOS). MUOS is a dynamically allocated Wideband Code Division Multiple Access (WCDMA) MILSATCOM system. USAT provides an evaluation framework for the Narrowband C-SSE to conduct WCDMA payload simulations, model networks (with user terminals, Radio Access Facilities, and satellites), simulate coverage and operations, and assess the performance of communications services. USAT was recently used in the annual Defense Information System Agency (DISA) Mix-of-Media (MoM) Study and to support MUOS design studies. The NBWO also plans to support the future Narrowband Analysis of Alternatives (AoA) with USAT modeling and simulation capabilities. The period of performance (POP) is a 1-year base period with two 1-year option periods. Security Requirements: USAT has no Communication Security (COMSEC) requirement. USAT has no Government Furnished Equipment (GFE).� � Responses Interested parties are requested to respond to this Sources Sought with a white paper. White papers in Microsoft Word for Office 2000 or later compatible format are due no later than 11 JUNE 2021, 4:00 pm MST.� Responses have no page limitations for Section 1, but shall be limited to three (3) pages, double sided, for Section 2 and shall be submitted via e-mail only to Ms. Kimberly McGough, kimberly.mcgough@spaceforce.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.� To aid the Government, please segregate proprietary information.� Please be advised that all submissions become Government property and will not be returned.� Do not submit pricing information in response to this Sources Sought. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. Recommended contracting strategy that is compliant with the requirements needed in paragraph 3.2.� The response shall be clear, concise, and shall include ample details for effective evaluation and for substantiating the validity of stated claims. The response should not simply rephrase or restate the Government's requirements but should provide convincing rationale to address how the responder intends to meet the requirements. Responders shall assume that the Government has no prior knowledge of their facilities or experience and will base its evaluation on the information presented in the Responder's response. Elaborate brochures or documentation, binding, detailed art work, or other embellishments are neither necessary nor desired. A statement that the Responder will allow the Government to release its proprietary data to the Government support contractors.� In the absence of the Responder�s statement, the Government will assume that the Responder does NOT agree to the release of its submission to Government support contractors.� 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) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services.� �Small business concern� means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $30 million dollars in annual receipts.� Small Business is encouraged to respond.� Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years.� Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. �Responders are cautioned, however, that this is a general description only.� Additional standards and conditions apply.� Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards.� The FAR is available at https://acquisition.gov/browse/index/far. The facility security clearance of the Responder. Section 2 of the white paper shall address the objectives and background identified in paragraphs 2.0 and 3.0 of this Sources Sought and shall be limited to 3 pages, double sided.� Please include any concerns, possible issues, comments, or suggestions relative to those points. Also include contract number, relevant information on the company, and if available, brief descriptions of recent and relevant projects for efforts similar to those described herein. Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, Ms. Kimberly McGough, at kimberly.mcgough@spaceforce.mil .� Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 30 May 2021 will be answered.� Summary THIS IS A SOURCES SOUGHT ONLY to identify sources that can provide evolving capabilities to USAT�s software analysis tool. The information provided in the Sources Sought is subject to change and is not binding on the Government.� The U.S. Space Force has not made a commitment to procure any of the items discussed, and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.� All submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4827574cad0946f9a778d6ab38f15015/view)
- Place of Performance
- Address: Colorado Springs, CO 80914, USA
- Zip Code: 80914
- Country: USA
- Zip Code: 80914
- Record
- SN06006221-F 20210520/210518230120 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |