SOURCES SOUGHT
J -- Army Common Data Link/SATCOM Sustainment and Services
- Notice Date
- 8/7/2024 7:17:57 AM
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY-24-CDL-SATCOM
- Response Due
- 8/14/2024 1:00:00 PM
- Archive Date
- 08/15/2024
- Point of Contact
- Jason Terruso, Larry Holton, Phone: (520) 671-4457
- E-Mail Address
-
jason.p.terruso.civ@army.mil, lawrence.j.holton.civ@army.mil
(jason.p.terruso.civ@army.mil, lawrence.j.holton.civ@army.mil)
- Description
- DO NOT CONTACT POSTER; FOR ANY INFORMATION CONTACT: Jason Terruso, jason.p.terruso.civ@army.mil, 1(520)671-0990. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This notice is for informational and planning purposes only and is a market research tool to determine the availability and adequacy of potential business sources currently available for the award of a task order.� The Army is not obligated to and will not pay for any information received from potential sources because of response to this Sources Sought Notice. This notice does not constitute a solicitation for bids and proposals and is not to be construed as a commitment by the Army. The information provided herein is subject to change and in no way binds the Army to solicit for or award a contract. Unless otherwise stated herein, no solicitation regarding this announcement is available. Requests for the same will be disregarded. Please be aware that all information submitted in response to this request, whether written, oral, electronic, graphic, or any other medium, may be subject to disclosure upon receipt of a proper Freedom of Information Act request from any person. The Army will not pay for any materials provided in response to this synopsis, and submittals will not be returned to the sender. This Sources Sought Notice seeks viable and proven approaches for services and sustainment of current and next generation manned and unmanned ISR airborne and ground platforms employed by the US Army using CDL and SATCOM. INTRODUCTION: CDL and SATCOM provide the Department of Defense (DoD) standard for interoperable, multi-service, multi-agency, ISR data links for numerous DoD manned and unmanned airborne and ground platforms. CECOM, PEO IEW&S, and INSCOM manage airborne and ground systems and sensors, and are jointly responsible for the US Army's ISR mission. A critical component of these ISR systems is the ability to transfer secured high bandwidth data over CDL and SATCOM between ground, air, and space segments in near real time, with high assurance so that intelligence products can be produced, exploited, and disseminated to maintain battlefield dominance. BACKGROUND: Over the past two decades the previously stated ISR systems have been 100% sustained via a Contractor Logistics Support (CLS) approach. In addition, during the past several years, the DoD and other US Departments and Agencies have invested heavily in high-resolution/advanced airborne sensors on manned and unmanned ISR platforms with the primary requirements centered around imagery, signals intelligence, radar collection, and data networking. This investment has resulted in the creation of an ISR Enterprise that allows significant flexibility in manpower placement for processing the sensor data. This enterprise has resulted in the Army's ability to reduce �boots on the ground� in deployed locations. There has also been a significant increase in the number of ISR platforms and sensors, an increase in the data rate of sensors, the amount and type of data collected, and the number of users (to include tactical, allied, and coalition). SCOPE: This Sources Sought Notice is directed to potential prime contractors who have demonstrated experience in development, production, integration, systems engineering, operations, maintenance (inclusive of field and sustainment levels), and test of complex Over the Horizon (OTH) and Beyond Line of Sight (BLOS) CDL, Tactical Common Data Link (TCDL), and SATCOM systems and their component parts and software. For this Sources Sought Notice, the US Army considers the applicable CDL and SATCOM antennae, receivers, transmitters, amplifiers, software, associated bandwidth, and associated air and ground networking to all be integral components of the effort in an attempt to maintain the Army's ISR Enterprise end-to-end solution. The Army's intent is to maintain the current equipment set as requirements dictate. CDL data throughput rates up to and including 274 megabytes per second are required. Applicable SATCOM terminals must meet Defense Information Systems Agency (DISA) certifications. The Army desires to continue dialog with those Industry partners who feel they could be a viable prime contractor capable of performing the following activities: 1. Maintain, repair, and sustain existing Army owned CDL/SATCOM equipment for which the US Army does not own the Technical Data Package (TDP). This list of CDL/SATCOM equipment includes but is not limited to VORTEX, Extended Network Terminal (ENT), Guardrail Interoperable Airborne Network Terminal (GIANT), Mini-TCDL, Mini-TCDL2, VORTEX Satellite Modem (VSM), Gen-2 TCDL, Mini Router, Tactical Wideband Interoperability Surface Terminal (TWISTER), Space-Based CDL, Tri-band Satellite System (TSS), Deployable Multi-Channel SATCOM (DMCS), Transportable Medium Earth Terminal (TMET), Tactical Satellite Terminal (TST), Quad-band Satellite Terminal (QST), Joint Test and Integration Facility (JTIF), System Test and Integration Facility (STIF), Multi-Role TCDL (MR-TCDL), remote TCDL (rTCDL), One System Remote Video Terminal (OSRVT), SATCOM Remote Video Terminal (SRVT), Remotely Operated Video Enhanced Receiver (ROVER) family, Remote Tether System (RTS), STINGER 2e, and Hawkeye. 2. Provide depot support to include but not limited to provisioning, field-to-depot requisitioning, inventory control and storage for current/future unclassified and classified components, Diminishing Manufacturing Sources and Material Shortages (DMSMS)/Obsolescence Management, and maintaining test bed capabilities for applicable CDL/SATCOM equipment. 3. Provide Contractor Field Support Representatives (CFSRs) for existing and future Army owned CDL/SATCOM equipment worldwide. This support will include operations, on-site maintenance, trouble shooting, diagnostics, repair and replacement of failed modules and components, testing, on-site spare parts custodial support, and ISR mission support. FSRs must maintain a Top Secret/Special Compartmented Information (TS/SCI) Clearance, Level II Information Assurance Network Certification, and must be qualified for worldwide deployment. FSRs will support Site Surveys and provide On-The-Job Training as required. Historically, more than Seventy (70) CFSRs at any point in time supported this portion of the Army's overall ISR mission in the Continental United States (CONUS), Outside Continental United States (OCONUS), and Combat Zones. 4. Demonstrate compliance with Office of Secretary of Defense (OSD) and Congressional mandates to effectively utilize spectrum, use approved cryptographic equipment, and provide direct support to current and future operations. 5. Provide effective end-to-end engineering support to ensure the least possible latency. This may include engineering and technical support for SATCOM bandwidth requirements to support worldwide operations from airborne and ground sensors/sensor nodes. This may also include Host Nation Agreements (HNA) for landing rights. DATA SUBMISSION REQUIREMENTS: All material submitted in response to this notice must be unclassified. Interested parties possessing the ability to provide product outlined above are requested to provide a response in electronic format describing their capabilities and should address the following items: 1. A Statement of Interest (SOI) along with concepts and strategies to support the activities envisioned under a task order for the US Army CDL and SATCOM community. 2. A Statement of Capabilities (SOC) describing qualifications as a prospective contractor. The Army will use the information from the SOCs to determine how many contractors are currently capable of meeting the Army's requirements. Given the Government's limited data rights and lack of technical data, please provide documentation describing how currently owned US Army systems will be maintained, repaired, and sustained. 3. Identify past TCDL/CDL and SATCOM operational experience and existing contracts with Government agencies under which proposed services would be considered within scope and might be procured, including contact information for the current Government contracting officers for such contracts. 4.� Describe familiarity with the MIL-STD for packaging, quality, testing, and evaluation. 5.� �Identify whether company has a current approved DCAA accounting system necessary for performing cost type contracts. If not, describe how company will satisfy the requirement. 6.� Identify whether company has a DCAA approved forward pricing rate agreement or approved provisional billing rates.� 7. Respondents are also asked to identify if your business is Large, Non-profit, Small, Small Disadvantaged, 8(a), Woman-owned Small Business, Service-Disabled Veteran-owned Small Business, or HUBZone Small Business under North American Industry Classification System (NAICS) code (specify NAICS code here using: https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf) with a size standard of (see size standards attached). WRITTEN RESPONSE: The Army requests that interested offerors submit an electronic response in Microsoft Word or Adobe Acrobat format in the form of a quote mark white paper quote mark of not more than ten (10), 8.5 quote mark x 11 quote mark paper, 12 pitch font, with a minimum of one (1) inch margins all around. Any charts and/or brochures will be included as part of the ten (10) pages. Responses exceeding this page limit will not be reviewed. All responses must be unclassified. Responsible sources having proven operational experience of similar scope as detailed above may submit their white paper, via e-mail to Jason Terruso at jason.p.terruso.civ@army.mil , cc: Niklas Skinner at niklas.a.skinner2.civ@army.mil and Cuong Luu cuong.b.luu.civ@army.mil no later than 4:00 PM (Eastern Time), 5 calendar days after release on SAM.gov. Responses received after this date and time will not be reviewed. This Sources Sought Notice is for planning purposes only and does not constitute an Invitation for Bid (IFB) or a Request for Proposal (RFP). The issuance of this Sources Sought Notice does not restrict the Government as to the ultimate acquisition approach. CECOM, PEO IEW&S, INSCOM, and Army Contracting Command - Aberdeen Proving Ground (ACC-APG) will not release to any firm, agency, or individual outside the Government, any information properly marked with a proprietary legend without the written permission from the respondent. The Government will not pay for any information received in response to this synopsis, nor will the Government compensate a respondent for such. Additional Info: Point of Contact(s): Contracting Officer Representative (COR): Jason Terruso, email: jason.p.terruso.civ@army.mil Contracting Officer Representative (COR): Niklas Skinner, email: niklas.a.skinner2.civ@army.mil Procuring Contracting Officer:� Larry Holton, email:� lawrence.j.holton.civ@army.mil Contract Specialist:� Cuong Luu, email:� cuong.b.luu.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/888e1db81d6f455081e6cf2184bbb034/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD, USA
- Country: USA
- Country: USA
- Record
- SN07161127-F 20240809/240807230126 (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 |