Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2025 SAM #8517
SOLICITATION NOTICE

D -- United States Coast Guard (USCG) Aviation Services - Blanket Purchase Agreement (BPA)

Notice Date
3/20/2025 2:26:21 PM
 
Notice Type
Presolicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
FA2541 SSC COMRCL SVS OFC SSC CMK CHANTILLY VA 20151 USA
 
ZIP Code
20151
 
Solicitation Number
CSS0131
 
Response Due
4/21/2025 12:00:00 PM
 
Archive Date
05/06/2025
 
Point of Contact
Orlando Holloway, Anar Wagner
 
E-Mail Address
orlando.holloway.3@spaceforce.mil, anar.wagner@spaceforce.mil
(orlando.holloway.3@spaceforce.mil, anar.wagner@spaceforce.mil)
 
Description
The Government is seeking industry feedback, recommendations, and best practices during the market intelligence phase of this effort. Please DO NOT provide generic capability statements; they will be deleted. The Government is seeking well defined responses with supporting documentation to assist with developing the acquisition strategy. All responses must be submitted via email to the contacts identified below. This is for informational purposes only and the Government will not be obligated to award to any interested vendors that present information in response to this RFI/ Sources Sought. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked �Proprietary� will be handled accordingly. Title: USCG Aviation Services BPA Current Contract: HC101320A0006 / CSS0092 Current Contractor: Inmarsat Government, Inc. Description(s): The United States Coast Guard (USCG) requires Swift Broadband (SBB), Classic Aero (Aero H+), Viasat Aviation Services (Viasat Global Ka- and Ku-band subscription services), and reach-back capabilities in all regions of the globe (e.g., Europe, Middle East/Africa, Americas, and Asia/Pacific), with the exception of Polar Regions (75 Degrees north latitude and 75 Degrees south latitude). Sought After Qualification�s for Possible Upcoming Requirement: This requirement is for commercial satellite services in support of USCG fleet operations. Additionally, this requirement is to provide SBB, Classic Aero, and Viasat Aviation Services (Viasat Ka- and Ku-band subscription services). For additional technical characteristics, please see the attached PWS Titled �United States Coast Guard (USCG) Aviation Services Blanket Purchase Agreement (BPA).� The Government requests the following information to assist in further development of the Performance Work Statement supporting requirements. I. Vendor capability questions: 1. Does your company have the capability to provide all required services to include SBB, Classic Aero, and Viasat Aviation Services (Viasat Ka- and Ku-band subscription services)?Does your company have experience providing all required services? 2. Does your company have the capability to provide Viasat Ku-band Aviation Services for the Viasat VR-12C? Does your company have the capability of the meeting or exceeding the following minimum data rate: 10x1 mbps? 3. Does your company have the capability to provide Viasat Ka-band Aviation Services for the Viasat G-12? Does your company have the capability of meeting or exceeding the following minimum data rate: 16x2 mbps? 4. Does your company have the capability to support the requirement for single static IP for each USCG end-user terminal regardless of routing within the contractor�s network? 5. Does your company have the capability to provide reach-back capabilities to the following USCG POPs identified in the PWS? 6. Does your company have the capability to provide an online account management tool that provides near real-time usage reporting, individually and aggregated for user accounts? 7. Does your company have the capability to support fault and interruption reporting in accordance with the required timelines identified in the PWS? 8. Does your company have the capability to meet the accelerated service delivery requirement in support of rapid activations? 9. Will your company require significant or teaming arrangements, to include subcontracting, to successfully meet any/all of the performance objectives outlined in the draft Technical PWS? Please indicate the areas of the PWS that will require subcontracting. 10. If company is a small business, please describe ability to meet the requirements outlined in 52.219-14, Limitations on Subcontracting. 11. Is there any aspect of this requirement that may limit or restrict your ability to bid? If so, please provide details and recommendations. II. Requested Information: In addition to providing responses to the above questions and a tailored capability statement (see below for instructions) indicating the ability to provide the above services, interested vendors are asked to submit the following information: 1. Vendor Information Requested Name of Business Cage Code Business Type SB/Large POC: Name/Phone number/email 2. The intent is to solicit this requirement via GSA. However, if there are other contract vehicles that should be considered, please provide recommendations. If your company is within an appropriate GSA Schedule for this acquisition, please provide contract information to include NAICS. All responses shall be submitted NLT 21 APR 2025 by 3:00PM EST. Please submit your response to the following individuals (include all): Mrs. Anar Wagner, Contracting Officer / Email - anar.wagner@spaceforce.mil Mr. Orlando Holloway, Contract Specialist / Email - orlando.holloway.3@spaceforce.mil Questions regarding this announcement shall be submitted in writing by e-mail to the contacts above. Verbal questions will NOT be accepted. Answers to questions will be posted to SAM.gov and GSA or sent to all respondents via email. The Government does not guarantee that questions received after 4 APR 2025 will be answered. Response Guidelines: In addition to answering the above questions, interested respondents are requested to provide a capabilities statement that demonstrates your company's ability to meet all the performance objectives outline in the PWS. Capability Statements cannot exceed 10 (ten) pages, single spaced, 12-point type with at least one-inch margins on 8 1/2� X 11� page size. Page limits does not include cover page, Table of Contents, responses to the above questions, requested information and glossary. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Responses must specifically describe the contractor�s capability to meet the requirements outlined in this RFI. Oral communications are not permissible. SAM.gov and GSA will be the repositories for all information related to this RFI. Upon conclusion of market research efforts, the Government anticipates releasing a formal solicitation for this effort. Should you have any questions please reach out to the individuals above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a694b87a619d45d1a65173d293c89e10/view)
 
Place of Performance
Address: N/A, AX1
Country: AX1
 
Record
SN07379019-F 20250322/250320230046 (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.