Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2007 FBO #1868
MODIFICATION

D -- VIP SPACE AIR MISSION AIRCRAFT COMSATCOM SERVICE

Notice Date
1/5/2007
 
Notice Type
Modification
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
VIPSAMCOMSATCOM28DEC2006
 
Response Due
1/18/2007
 
Archive Date
2/2/2007
 
Description
Request For Information (RFI)for VIP/Space Air Mission (SAM) Aircraft Commercial Satellite Communications (COMSATCOM) Service General: The Defense Information Systems Agency (DISA) is seeking information that will help the Agency explore options for providing global broadband airborne commercial satellite communications (COMSATCOM) capability. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, DISA is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party?s expense. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Small Businesses are encouraged to provide responses to this RFI in order to assist DISA in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent potential subcontract plan goal percentages. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. 1.0 Description. Broadband COMSATCOM service alternatives for the VIP/SAM air fleet. 2.0 Background. DoD currently leverages COMSATCOM service to provide narrowband and broadband communications service to the VIP/SAM air fleet. Wideband service is currently provided through a combination of Inmarsat Swift64 service and Connexions by Boeing (CbB) managed service. DoD is investigating alternative solutions to provide continuing and expanded broadband COMSATCOM service to the VIP/SAM air fleet. The solutions must address the following requirements/constraints: a) Support a current VIP/SAM air fleet of 6 simultaneous aircraft worldwide with a desire for the number of simultaneous aircraft to increase b) For any near-term solutions (prior to 2009), no modifications to the airframes are possible while only form, fit, and function modifications internal to the aircraft should be considered c) Systems must meet Federal Aviation Administration (FAA) flight safety standards for usage upon commercial aircraft d) Utilize low-profile / conformal antennas acceptable to the commercial airline industry e) Provide world-wide northern hemisphere coverage of the major air routes as a minimum with the objective of full world-wide mid-latitude (between 60o N and 60o S latitude) coverage f) Provide a proven high system availability rate g) Support for 20+ simultaneous users with throughputs capable of supporting: (1)Real-time, two-way, high speed internet access (2)Government Intranet access (3)E-mail (4)Virtual Private Networking (VPN) (5)Voice over Internet Protocol (VoIP) (6)Fax over Internet Protocol (FoIP) (7)Video Teleconferencing (VTC) (8)Direct Broadcast Satellite service (9)Streaming Video (10)Secure Voice using Secure Telephone Equipment (11)Encryption (12)Customer billing capabilities 3.0 Requested Information 3.1 Written Responses. E-mail responses to the questions are due to the Contracting Office not later than 4:00 p.m. CST, THURSDAY, 18 JANUARY 2007. Responses shall be submitted in writing via e-mail only to Roselyn Snodgrass at roselyn.snodgrass@disa.mil and Cindy Showers at cindy.showers@disa.mil. E-mail responses shall be titled in the subject line of the e-mail as follows: ?Response to VIP/SAM air fleet RFI?. 3.2 Proprietary information, if any, must be clearly marked on the outside container and materials inside. Please be advised that all submissions become Government property and will not be returned. DISA intends to have the contractor support personnel listed below assist in review and evaluation of responses. If any respondent does not currently have a Proprietary Data Protection Agreement (PDPA) that would permit the Government supported contractors listed below to review and evaluate responses to this RFI, the respondent is requested to sign PDPAs with these Government support contractors for this purpose: Booz Allen Hamilton, Inc. Femme Comp, Inc. A sample PDPA will be provided upon request by contacting the contracting officer as indicated herein. 3.3 The RFI response shall be comprised of two (2) sections. 3.3.1 Section 1 of the response shall provide administrative information, and shall include the following as a minimum (there is no page limitation for Section 1). 3.3.1.1 Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact (POC). 3.3.1.2 Please provide a statement that the respondent will allow or not allow the Government to release proprietary data to the Government support contractors identified above. If the respondent provides consent, please include a signed copy of the Proprietary Data Protection Agreement (PDPA) in place between the Government and the support contractors identified above. 3.3.1.3 Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 517410, Satellite Telecommunications. ?Small business concern? means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR Part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $13.5 million dollars in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Respondents are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation (FAR) Part 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.acquisition.gov/comp/far/index.html. 3.3.2 Section 2 of the response shall provide the information requested below. Section 2 of the response is limited to fifteen (15) pages. a) outline existing broadband COMSATCOM capabilities to address the specific constraints identified above, including coverage plots; b) illustrate how that near-term capability can be applied without extensive aircraft modifications; c) outline planned broadband COMSATCOM capabilities that can be applied to the aircraft mission; d) describe the extent of aircraft modifications required for the planned capabilities; e) describe delivery mechanisms envisioned such as static leases, per minute charges, per megabyte charges, time-period based (e.g., monthly, annual) managed service plans, and the like; f) indicate whether the capabilities are already being pursued through corporate or private equity investment or require specific DoD investment to realize; g) highlight new technologies or future planned capabilities that may assist in supporting VIP/SAM air fleet communications. 4.0 Questions Questions regarding this announcement shall be submitted in writing via e-mail to the DITCO to Roselyn Snodgrass at roselyn.snodgrass@disa.mil and Cindy Showers at cindy.showers@disa.mil. Verbal questions will NOT be accepted. All questions will be answered via posting answers to the FEDBIZOPPS website; accordingly, questions shall NOT contain trade secrets or classified information. The Government does not guarantee that questions received after 10 January 2007 will be answered. 5.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide global broadband airborne communications capability. The information provided in the RFI is subject to change and is not binding on the Government. The DISA has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Record
SN01205633-W 20070107/070105220121 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.