SOURCES SOUGHT
70 -- Tactical Data Networks Lab Refresh: TRAX� Software and Licenses
- Notice Date
- 12/27/2023 11:22:27 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- FA2835 AFLCMC HANSCOM PZI HANSCOM AFB MA 01731-2107 USA
- ZIP Code
- 01731-2107
- Solicitation Number
- HAFBPZI-24-001
- Response Due
- 1/26/2024 11:00:00 AM
- Archive Date
- 01/24/2024
- Point of Contact
- Marcus R. Green, Dylan Gonsalves
- E-Mail Address
-
marcus.green.7@us.af.mil, dylan.gonsalves.3@us.af.mil
(marcus.green.7@us.af.mil, dylan.gonsalves.3@us.af.mil)
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Information (RFQ) number is HAFBPZI-24-001 and shall be used to reference any written responses to this source sought. Hanscom Air Force Base anticipates a requirement that is being considered as a sole source acquisition to a large business. The North American Industry Classification Systems (NAICS) Code proposed 541511. The size standard for NAICS is $34,000,000.00. We intend to award this sole source action to Sierra Nevada Corporation, the original equipment manufacturer, who owns the data and technical rights to the software. Any intended awardee will be required to prove they are authorized to resell and support the required software programs. The Tactical Data Networks (TDN) Lab on Hanscom AFB have on-going needs that require us to be flexible and ready to support innovative initiatives on short notice. The lab currently uses Sierra Nevada Corporation's Tactical Radio Application Extension (TRAX�) software. The version of TRAX currently in operation requires upgrades and support contract added to the suite. The TRAX� software is used to support gateway evaluations for on-going programs and projects. � The TDN Lab is currently going through an equipment and software refresh and requires tactical radios for test and evaluation of gateway platforms and future communications packages being developed with HNA. Sierra Nevada Corporation's TRAX� software is required to enable the TDN Lab personnel to maintain the operational effectiveness of the systems under test and evaluation.� SNC TRAX� software is a certified command and control (C2) gateway software application utilized in support of JADC2 and multi-domain operations (MDO). It creates the data fabric that informs decision making through a connected battlefield by seamlessly hosting, translating, and routing mission-critical tactical data information to and from disparate networks. Interested vendors must able to provide the following:� 3331101: SNC TRAX� License, Quantity of two (2)� � � 3332101: SNC TRAX� v2.0 Annual Support, quantity of one (1) 3331201: SNC TRAX� v1.0 Android License, quantity of one (1) 3332201: SNC TRAX� Android v1.0 Annual Support, quantity of one (1) Include in your capabilities package your UEI, CAGE Code, System for Award Management expiration date, and any related specifications/drawings for any proposed items. What is the purpose of the item(s)? We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed five (5) pages. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: marcus.green.7@us.af.mil and dylan.gonsalves.3@us.af.mil. �Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 26 January 2024 by 2:00 PM Eastern Standard Time (EST). Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through https://www.sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2d75a51d60c34c7987a6c57cd8220279/view)
- Place of Performance
- Address: Hanscom AFB, MA 01731, USA
- Zip Code: 01731
- Country: USA
- Zip Code: 01731
- Record
- SN06922887-F 20231229/231227230046 (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 |