Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2024 SAM #8396
SOURCES SOUGHT

K -- RFI for BACN Operation and Sustainment Follow On

Notice Date
11/20/2024 8:53:36 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA2291 AFLCMC HNAK HANSCOM AFB MA 01731-2100 USA
 
ZIP Code
01731-2100
 
Solicitation Number
BACN_OS_RFI_19Nov24
 
Response Due
1/6/2025 1:00:00 PM
 
Archive Date
01/21/2025
 
Point of Contact
Heidi Collins, Marty Bamberg
 
E-Mail Address
heidi.collins.1@us.af.mil, martin.bamberg@us.af.mil
(heidi.collins.1@us.af.mil, martin.bamberg@us.af.mil)
 
Description
Request for Information (RFI) Subject: Payload Operations and Sustainment of the Existing Battlefield Airborne Communication Node Operations and Sustainment program This RFI is solely to inform the Government�s market research for a Payload Operations and Sustainment contract for the Battlefield Airborne Communication Node (BACN) Operations and Sustainment program. Currently the BACN program consists of two primary contracts: (1) The BACN Operations and Sustainment Support (BOSS) Indefinite Delivery Indefinite Quantity (IDIQ) contract and (2) The BACN Platform Maintenance Contract. The current BACN IDIQ contract was awarded to Northrop Grumman Mission Systems (NGMS) in January 2021. This contract provides support for the fielded BACN payloads and ground systems, including their operations, maintenance, and sustainment in both Continental United States (CONUS) and Outside the Continental United States (OCONUS) operating locations. Under this contract, NGMS also provides the personnel for all operations and maintenance support. The ordering period for this contract ends in January 2026 and the Period of Performance ends in January of 2027. The Air Force Life Cycle Management Center (AFLCMC/HNAB) is seeking information from interested contractors who are capable of providing operations and sustainment support of the existing BACN weapons system. This RFI is intended to gather information and evaluate industry capabilities in providing the operation and sustainment of the BACN system capability. The existing communication system facilities tactical edge information exchange by addressing communication issues associated with incompatible systems, adverse terrain and distance. It achieves these capabilities without modifying or placing size, weight and power (SWaP) loads upon end user platforms. The system operates as a multifaceted gateway communications system, providing the military commander with a versatile means of exchanging information from multiple air, ground, and maritime sources. This includes host nation, joint, and coalition forces via message replay, translation and forwarding. The system�s primary objections are as follows (in no particular order): Facilitate the transport of data and voice across the battlespace. Enable network connectivity among weapon systems, sensors, warfighters, decision makers, platforms and command centers at all echelons of command and control (C2). Submission Instructions: All businesses interested in receiving the Statement of Objectives (SOO) should complete the attached documentation via email to heidi.collins.1@us.af.mil and martin.bamberg@us.af.mil no later than (NLT) 1600 EST, 6 Jan 2025. To receive the SOO, the interested business must be a U.S company with an active US CAGE Code and possess, at a minimum, a Secret facility clearance. Companies will need to designate two (2) individuals to receive the SOO. The designed individuals will need to sign both attachments to this Sources Sought. Companies will also need to simultaneously send a visit request (VR), for a period of 90 days after Sources Sought notice, to AFLCMC/HNAB via via Defense Information for Security (DISS), antonio.smith.26@us.af.mil, (781) 225-5632. Document requests that are missing required information, or signature will be returned without action. Once the submitted Document Registration and Disclaimer form, individual Non-Disclosure Agreements and visit requests are received and approved, the SOO will be provided via encrypted email through department of Defense (DoD) Safe Secure Access File Exchange (SAFE) Website (https://safe.apps.mil/). Please submit your capabilities statement, clearly presenting evidence on how your organization is capable of providing the stated requirements, with sufficiently qualified personnel. Include any relevant experience, expertise and successful past performance in similar projects. Interested contractors should consider including the following in their submission: A timeline and a Rough Order of Magnitude to implement a program that meets the system capabilities and achieves the mission requirements (operations and sustainment support) Description, contract numbers, period of performance, and associated Government point of contract demonstrating experience in operating and sustaining a similarly complex airborne and/or ground subsystem to include continuity of operations, hardware and software operation, maintenance, and sustainment A preliminary support concept to enable communications system payload operations that meet mission performance requirements including sustainment of the payload and associated ground and support equipment A description of your company�s ability to satisfy the requirements in the draft SOO Established facility clearance up to SECRET and current COMSEC accounts Adequate program personnel with U.S citizenship and DoD SECRET security clearances The Government is not obligated to and will not pay for any information received from potential sources responding to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. This notice does not constitute a solicitation for bids and proposals and is not to be construed as a commitment by the Government. Although �proposal� and �offeror� are used in this Request for Information, your response will be treated as information only. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No solicitation regarding this announcement is available. Please be aware that all unclassified 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 Government will not pay for any material provided in response to this RFI and submittals will not be returned to the sender. A response to this RFI constitutes an acknowledgement that you are interested and possibly submit a proposal against any prospective solicitation. Primary Points of Contact: Martin P. Bamberg, DAF Contracting Officer AFMC AFLCMC/HNAK E-mail: martin.bamberg@us.af.mil Heidi Collins, DAF Contract Specialist AFMC AFLCMC/HNAK E-mail: heidi.collins.1@us.af.mil Contracting Office Address: 5 Eglin Street, Building 1624 Hanscom AFB, Massachusetts 01731
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d5623f70d484c40a1afec458fe7f23b/view)
 
Place of Performance
Address: Hanscom AFB, MA 01731, USA
Zip Code: 01731
Country: USA
 
Record
SN07271008-F 20241122/241120230119 (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.