Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2025 SAM #8521
SOURCES SOUGHT

D -- Quad-Band Satellite Emulator

Notice Date
3/24/2025 4:32:23 AM
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-25-I-5110
 
Response Due
4/3/2025 12:00:00 PM
 
Archive Date
12/31/2025
 
Point of Contact
Deshawn Gaines, Mark Denhup
 
E-Mail Address
deshawn.gaines@usmc.mil, mark.denhup2@usmc.mil
(deshawn.gaines@usmc.mil, mark.denhup2@usmc.mil)
 
Description
This Sources Sought/RFI notice is issued by the United States Marine Corps (USMC), Marine Corps Systems Command (MCSC), Program Manager Combat Support Systems (PM CSS), Product Manager Combat Service Support Equipment (PdM CSSE). PdM CSSE is currently exploring the market for a satellite emulator that is capable of rapid deployment to austere locations. The USMC is seeking information to identify sources with the capability to provide lifecycle maintenance, repair, sustainment, technical training, and technical and warranty support for satellite emulator systems, hardware, software, and accessories to period end-to-end testing of ground field-level end items. The AN/TSM-215 is a pole and/or platform mountable Super High Frequency (SHF) Quad-Band (C-, X-, Ku-, and Ka-) transponder designed to provide actual operation of Frequency Division Multiple Access links between collocated tactical satellite terminals in an un-jammed environment. The mission of the AN/TSM-215 is to provide maintenance and training personnel an alternate means of simultaneous operation of Tactical Satellite Communications Terminals (TACSAT) with one terminal operating as a hub and the other terminals operating as spokes at any time without accessing active satellites. The terminals are operated at normal Effective Isotropic Radiated Power levels at a distance of between 200 and 1200 feet from the AN/TSM-215 within a 60-degree arc. The AN/TSM-215 provides translation from uplink to downlink frequency and translation from uplink to downlink polarization over C-, X-, Ku-, and Ka-bands. The system simulates Defense Satellite Communications System Phase III (DSCS III), commercial C- and Ku-band satellites, and the Wideband Global SATCOM constellation (WGS) in the military Ka-band frequency range. The AN/TSM-215 also provides simulated beacon signals for select C-, X-, Ku- and Ka-band satellites. The entity will be able to provide the services listed above and integrate the satellite emulator system with the hardware and accessories required for the Marine Corps. The required hardware and accessories are listed below. The system needs to meet Class II requirements of MIL-PRF-28800 for operation and transportation in the field environment and requires an Item Unique Identification (IUID) marking. The answers provided in response to this Request for Information (RFI) could aid the government in determining its acquisition strategy. Offerors are encouraged to share information about potential solutions, even if the solution does not fully meet the characteristics below. Responses Interested parties are requested to respond to this RFI with a white paper in Microsoft Office Word 2016 or compatible format no later than April 3, 2025, 3:00 PM EST. Responses shall be written in Times New Roman single spaced 12-point font. Responses shall be submitted via email only to: deshawn.gaines@usmc.mil and mark.denhup2@usmc.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. (1) Section 1 of the white paper shall provide administrative information. Administrative information shall include at a minimum: Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and email of designated point of contact (POC). Business website Business type and number of employees (large business, small business, small-disadvantaged business, 8(a)-certified small-disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Data Universal Numbering System (DUNS) Number, SAM.gov Unique Entity ID and Contractor and Government Entity (CAGE) Code (if your company has these). Recommended contracting strategy (Commercial, Noncommercial, Firm Fixed price, Cost). The facility security clearance of the offeror or the ability to acquire one (if available but not required). Do you have a viable Federal Supply Schedule that can support this procurement? If so, provide your GSA Schedule information to include the category of products provided. Section 1 of the white paper shall be limited to one page. (2) Section 2 of the white paper shall provide information on the products and services each offeror can offer with respect to the satellite emulator. Offerors shall address the following in their RFI response: � Technical Specifications: Furnish detailed technical specifications of the system and accessories, including dimensions, weight, materials used, and any additional features or capabilities. � Mobility and Versatility: Describe the mobility of the system. Include information on ease of deployment, setup time, and any mobility restrictions. � Durability and Environmental Resistance: Provide details on the durability of the system, including resistance to extreme weather conditions, environmental elements, and potential threats encountered in operational environments. � Manufacturing Readiness and Production Capacity: Please address the following: Manufacturing Readiness Level (MRL) with justification; identify maturity shortfalls and associated costs and risks. If the system is not currently in full-rate production, is the system design complete and stable to enter low-rate production. Supply Chain Management and risks addressing long lead items (defined as greater than 1 year) and critical components. Production capacity and scalability and schedule to maximum production rate with existing facilities. Lead time from contract award to first delivery. Identify the minimum sustainment rate to ensure continuous production. � Support and Maintenance: Describe the support services and maintenance requirements offered with the system, including availability of spare parts, supply chain risks, training for personnel, and warranty provisions. � Cost and Delivery: Provide estimated costs for the procurement of the systems, including any associated expenses such as installation, training, and logistics. Additionally, indicate lead times for delivery upon order placement. Identify any relevant systems listed on GSA and National Stock Number. Section 2 of the white paper shall be limited to 20 pages per variant type. (3) Enclosure 1 of the white paper shall contain test data or reports discussing but not limited to: The system supporting X, Ku & Ka bands, the ODU Satellite Simulator System to provide a loop-back test for multiple bands and ground terminals. The system must be able to be used to test ground terminals, cover X, Ku, and Ka band, support one active band at a time, and be easy to operate. Radio Frequency Input: X Band: 7.90 to 8.40 GHz Ku Band: 14.00 to 14.50 GHz Ka Band: 30.00 to 31.00 GHz Radio Frequency Output: X Band: 7.250 to 7.750 GHz Ku Band: 11.700 to 12.200 GHz Ka Band: 20.200 to 21.200 GH Operational Control: Maximum Radio Frequency Input: +10dBm (at antenna port) Attenuation Control: 60dB in 1dB steps Antenna polarization: X & Ka Band- Rx: Left Hand Circular Tx: Right Hand Circular Ku Band� Rx: Vertical Tx: Horizontal Additional test data that the offeror would like the government to be aware of to include 3rd party test reports. Questions Questions regarding this announcement shall be submitted in writing via email to deshawn.gaines@usmc.mil and mark.denhup2@usmc.mil no later than March 17,2025. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after March 17,2025 will be answered. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI has been issued solely for information and planning purposes in accordance with Federal Acquisition Regulation (FAR) Clause 52.215-3. It does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication that the Government will contract for any of the items and/or services contained in this notice. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Marine Corps is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Responses may not include classified material. Not responding to this RFI does not preclude participation in any future solicitation if one is issued. If a solicitation is released, it will be synopsized on the SAM.Gov (https://sam.gov/) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/025d41d5c3d9446b9d2dd3111e2e4967/view)
 
Place of Performance
Address: Quantico, VA, USA
Country: USA
 
Record
SN07383810-F 20250326/250324230048 (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.