Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2023 SAM #7939
SOURCES SOUGHT

R -- Meteorological Data Station (MDS) AN/UMQ-13 MARK IV-B Sustainment Contract

Notice Date
8/21/2023 12:19:30 PM
 
Notice Type
Sources Sought
 
Contracting Office
FA8820 SUSTAINMENT SDACP SSC/PKL PETERSON SFB CO 80914 USA
 
ZIP Code
80914
 
Solicitation Number
FA8820-24-R-0001
 
Response Due
9/5/2023 4:00:00 PM
 
Archive Date
09/20/2023
 
Point of Contact
Bradley Kettlewell
 
E-Mail Address
ssc.szg.markivb@spaceforce.mil
(ssc.szg.markivb@spaceforce.mil)
 
Description
The MARK IV-B Program Management Office (SSC/SZGGS) is assessing the commercial marketplace's capability to provide maintenance, specialized engineering support, expertise and sustainment of the MARK IV-B system. This scope of work is expected to include fixed price sustainment tasks as described below as well as improvement projects which may occur on a non-recurring basis for which Engineering Change Proposals will be submitted. The recurring tasks shall be performed mainly at the contractor�s facility however, various projects may require travel to operational sites; locations as described below. It should be noted that there is approximately $5 million worth of test bed and training suite equipment (indoor and outdoor) located at the incumbent contractor�s facility in Pennsylvania (5 Antennas, 4 Radomes, training suite containing multiple racks of servers, test bed of servers, cables, etc). This equipment would need to be moved to the new contractor�s facility prior to the start of the new contract. Government will not bear the cost of the equipment move. Period of Performance:� Ten-year duration; one year base with nine option years. This Sources Sought Synopsis is for market research and planning purposes only. �It does not constitute a Request for Proposal (RFP) and it does not obligate the Government to reimburse any cost associated with preparation and/or submission of the information. The Government may use information submitted by respondents to assist in developing a potential acquisition strategy. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government.� Please Note:� Some personnel may be required to access classified information for this effort and must be eligible for a minimum Department of Defense (DoD) security clearance of SECRET�(with some personnel eligible for up to TOP SECRET/SCI). The MARK IV-B is a meteorological data ingest, processing, storage and dissemination system.� Meteorological data is ingested from U.S. domestic and foreign meteorological satellites. Once processed by the Mark IV-B, this data is made available to analysts and forecasters located worldwide. MARK IV-B users include all branches of the military, university researchers and the scientific community. The MARK IV-B system is installed in nine operational locations worldwide.� Operating sites are currently located at: Hickam AFB, Hawaii; Andersen AB, Guam; Kadena AB, Japan; Ali Al Salem AB, Kuwait; Kapaun AB, Germany; Soto Cano AB, Honduras; Elmendorf AFB, Alaska; and Offutt AFB, Omaha Nebraska.� MARK IV-B has evolved into a network-centric enterprise system where analysis and forecasting is accomplished off site. MARK IV-B provides high-resolution satellite data to authorized users worldwide on a real-time, 24/7 basis. Users employ the Forecaster Viewer and Distributor via network connections to access, download, display and manipulate the MARK IV-B meteorological data. The MARK IV-B server software currently operates in a real time Windows environment. The meteorological data is first ingested and processed by the RF segment of the MARK IV-B. It is then sent to the data server where it is reformatted into a MARK IV-B unique format and mounted on the data server for dissemination to authorized users. The maintainer application contains a variety of system configuration, satellite ingest scheduling, maintenance and analytical tools. The program has recently released a Web Application version of the Forecaster application. Expertise on maintaining and engineering changes to this application is also required. The MARK IV-B automatically collects meteorological data directly from satellites without reliance on other means of communications. The data streams consist of visual and infrared imagery and mission sensor data. The MARK IV-B also has the capability to generate satellite pass schedules, error messages and log status and audit events.� The vast majority of the MARK IV-B system is comprised of Commercial Off-the-Shelf hardware and government-owned software and must be continually upgraded to meet evolving mission requirements due to new satellite capabilities and forecasting techniques, to avoid technical obsolescence and to comply with network security requirements.� Interested parties, who believe they have the capability of performing as prime contractors in support of this effort, are invited to submit a Statement of Capabilities (SOC), which includes the following information: Personnel/Size Standard - (1) Company name, mailing address, points of contact and telephone numbers, (2) Business size classification, Large, Small, or Other, (3) Socio-economic certification(s), 8(a), SDVOSB, or Other.���� Experience - Specific work previously performed or being performed relevant to the specific task areas of this effort as detailed below.�Responses that do not expound upon each area below will not be considered. Small Business companies with the capability to perform this requirement are encouraged to participate. The small business size standard for this requirement is NAICS 517810 ($40 million), All Other Telecommunications.���� Interested offerors must submit a maximum twenty-page Statement of Capabilities (SOC), which clearly illustrate expertise in the following areas:���� (1) Electromagnetic signal processing of the microwave spectra (L, S and X-Band), including Meteorological Satellite mission sensors (microwave, infrared, etc), (2) Digital electronics, (3) Radio Frequency Interference, (4) Antenna and tracking system design including radio frequency link analysis, (5) Control systems, including Systems interface control (6) Automated Data Processing Equipment, (7) System, hardware and software engineering, production, integration, installation and test, (8) Computer Network Technology and Operations, (9)Technical Order Management (10) Technical support (hardware and software), 24/7 Help Desk support; NIPR line required (11) Computer network security for DoD, including certification and accreditation; web interface security and support (12) Ability to begin a supportability analysis immediately after contract is awarded.�� (13) System problem tracking /resolution/management (14) AETC equivalent training for maintainers and users (15) Satellite and Orbital physics (16) Terrestrial weather forecasting.�� (17) Management experience with Logistics support for Air Force Weapon systems in OCONUS locations and ability to meet/comply with Foreign Travel regulations within a 72-hour period for site repair. (18) Ability/Familiarity with establishing new operational sites (19) Government is also interested in ascertaining industry opinion of optimum contract length for a program in sustainment.� Please include a short paragraph describing the preferred contract length and reason why it is of benefit to the contractor as well as the government. Offerors must also submit a�matrix detailing their past/current prime contractor performance and noting the applicable areas of required expertise (as described above) in which the contractor meets MARK IV-B requirements. The contracts list shall include the contract number, the period of performance, and the approximate dollar value of your company's effort (NOT the whole effort, if part of a team; round off to the nearest $50,000).� E-mail your SOC statements to ssc.szg.markivb@spaceforce.mil no later than 5 September 2023, which should be limited to twenty (20) pages excluding the matrix. Responses must be in an electronic format (MS Word 2003 or newer, or PDF) and must conform to 8.5� x 11� page size, 1� margins, and a type 12 font. (The contract listing, matrix or any cover page or table of contents pages are not part of the SOC explanation and will not count against the page limit). This announcement is for information and planning purposes only. It does not constitute a Request for Proposal and is not to be construed as a commitment by the government.� Verbal responses will not be accepted. All data received in response to this synopsis that is marked or designated as corporate or proprietary information will be fully protected from release outside the Government.� Government Contract support may be utilized to review any documents submitted in response to this action. Nondisclosure agreements have been signed by Government Contract Support personnel and are filed with the Government. The Government will not reimburse any cost associated with submitting information in response to this Sources Sought, nor shall any costs be allowed on any Government contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/77e1a1b4485448eabc66c40e562059e3/view)
 
Place of Performance
Address: Colorado Springs, CO 80914, USA
Zip Code: 80914
Country: USA
 
Record
SN06800356-F 20230823/230821230058 (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 |
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.