Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOURCES SOUGHT

R -- EHF SATCOM Support and Engineering Services

Notice Date
6/2/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-08-R-8002
 
Response Due
7/2/2008
 
Point of Contact
Steven A Wells,, Phone: 719-567-3807, Kathryn Dillon,, Phone: 719-567-3847
 
E-Mail Address
steven.wells@schriever.af.mil, kathryn.dillon@schriever.af.mil
 
Small Business Set-Aside
N/A
 
Description
Solicitation No.: FA2550-08-R-8002 Acquisition Title: EHF SATCOM Support and Engineering Services (ESSES) NAICS Code: 541330 - Engineering Services The 50th Contracting Squadron at Schriever Air Force Base (SAFB), Colorado, is continuing its market research in order to fully capture market capabilities with respect to the ESSES requirements listed below. This Sources Sought Notice is issued for the purpose of market research IAW Federal Acquisition Regulation (FAR) Part 10. All large and small businesses capable of providing these services are encouraged to respond. All parties who responded to the previous Sources Sought Notice, MECSS-08, entitled: "Milstar Engineering and Communications Services Support (MECSS)", are asked to reconfirm their original submission, and are welcome to submit additional information as appropriate. Respondents to this notice should indicate whether they qualify as a large or small business under NAICS Codes 541330 - Engineering Services (Military and Aerospace Equipment and Military Weapons - size standard $25M). Small business respondents should indicate whether they are a small disadvantaged business, 8(a), HUB-Zone certified, small disabled veteran, a woman-owned, or a Historically Black College or university. Service Characteristics Milstar is a joint service satellite communications system that provides secure, jam resistant, worldwide communications to meet essential wartime requirements for high priority military users. The multi-satellite constellation links command authorities with a wide variety of resources, including ships, submarines, aircraft and ground stations, providing interoperable encrypted voice, data, teletype or facsimile communications among the users of Army, Navy, and Air Force Milstar terminals. These links are used for a multitude of operations, from calling in Theater Land Attack Missiles (TLAMs) and air strikes from forward deployed fire teams, to national command and control messaging, through missile defense and Presidential communications links. Continued operation of the current MECSS contract (now ESSES) is critical to national security and vital to our national economic interests. Immediate execution of these requirements is therefore crucial - any delay or degradation of service would immediately and directly result in serious loss of military capabilities, assets, intelligence and personnel, and recovery time for tactical and strategic nets would suffer extended outages. These links also face severe cryptographic problems if the personnel on the proposed ESSES contract are unable to deliver Cryptographic Key Allocation Tables. Without this capability many terminals would be unable to receive the correct crypto keys that will allow access to the satellite. Milstar is the primary survivable communications provider for missile warning networks - these are the highest priority networks for national security. Contractor support must demonstrate a thorough understanding of Milstar and AEHF systems, and the missions of both 4 SOPS and the 614 SCS. The majority of contractor resources will be employed within a Restricted Area at both the Secret and Top Secret/SCI levels. The contractor must have on staff, or have the ability to hire and retain, personnel to perform the work with the required clearances. The core support personnel will be required to work with day-staff on-site primarily at Schriever AFB, Colorado. In addition, the Contractor must possess technical capabilities in the following areas: (1) Expertise and/or the ability to demonstrate technical knowledge of Extremely High Frequency (EHF) waveform and emerging Milstar Satellite System programs and future protected-communications systems (i.e. AEHF) (2) Expertise and/or the ability to demonstrate relevant experience in operational, tactical, and strategic communications planning as it applies to the joint Milstar mission. (3) Experience in classroom instruction. (4) Develop new course materiel to include AEHF. (5) Develop new processes to accommodate legacy users into the combined Milstar - AEHF Constellation. (6) Develop processes, products, and procedures for incorporating AEHF into the day-to-day mission of 4 SOPS Communications Operations. (7) Research new technologies that would allow for more efficient dissemination of Milstar and AEHF information to the warfighter and 50 SW. (8) Develop new processes and procedures as 4 SOPS takes on an expanded Cryptographic mission with the deployment of AEHF terminals. (9) Expertise and/or the ability to demonstrate relevant experience in the development of operational mission planning and resource monitoring tools to evaluate and recommend changes/improvements to AEHF satellite communications systems hardware and software. (10) Expertise and/or the ability to demonstrate relevant experience with fielding and on-orbit support of new satellite communications systems to provide research, engineering, and technical studies for the development of future EHF and Transformational Communications Systems. (11) Expertise and/or the ability to demonstrate relevant experience in the development of software interfaces for satellite communications payload to enhance mission capabilities. (12) The ability to demonstrate Secure Mobile Anti-Jam Reliable Tactical Terminal (SMART-T), Single Channel Manned Portable (SCAMP), and Air Force Command Post terminals operations, Navy Extremely High Frequency Satellite Communications Program (NESP). (13) Expertise and/or the ability to demonstrate terminal control software operations. (14) Expertise and/or the ability to demonstrate DoD Automated Message Handling System (AMHS) message development and handling operations. (15) Expertise with Ground Mobile Deployment operations. (16) Expertise and/or the ability to operate cryptographic equipment utilized for EHF. (17) Expertise with Army, Navy, Air Force and Marine EHF operations. (18) Expertise and/or the ability to demonstrate web server administration and website development (19) Expertise and/or the ability to demonstrate Defensive Counter Space communications expertise. Request For Information The ESSES Contracting Officer is requesting detailed Statements of Capability, addressing the 19 technical capabilities, in corresponding paragraph format, noted above. Comments/questions and additional information is requested from all interested parties concerning the proposed acquisition, including those firms who did not respond to the previous notice. Submitted information shall be UNCLASSIFIED. In order for the Government to thoroughly review and analyze the information provided, is requested that responses be submitted within 30 days after the posting of this Sources Sought Notice. Interested parties should include a brief description of relevant contract experience offered to the Government and to commercial customers. Include contract number, description, magnitude, and points of contact for each example provided (name of the POC, address, e-mail, telephone number, and fax number). Responses referencing this notice may be submitted by mail, fax, or e-mail Attention: Steven A. Wells, Contracting Officer, or Ms. Kathryn Dillon, Element Chief, Address postal or parcel delivery to 50 CONS/LGCZB, 210 Falcon Parkway, Suite 2116, Schriever AFB CO 80912-2116; direct fax transmission to 719-567-3153; or direct e-mail to: steven.wells@schriever.af.mil, or Kathryn.dillon@schriever.af.mil NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 1 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the submitter's responsibility to verify the package was delivered or e-file was received and can be viewed. Notice to Interested Parties This Sources Sought Notice is being provided to survey industry for potential contractors, in addition to the incumbent, with the necessary skills, knowledge, and expertise required to support this effort. This is NOT a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided by industry to the Government as a result of this notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of a contractor's submission of responses or the Government's use of such information. The information obtained from industry's response to this notice may be used in the development of an acquisition strategy and future RFP. All future information will be available on FedBizOps at http://www.eps.gov. It is the responsibility of interested parties to monitor and review this site frequently for any updates, changes, or amendments to this notice. Points of Contact Primary: Steven A.Wells, Contracting Officer Phone : 719-567-3807 Fax : 719-567-3153 E-mail : steven.wells@schriever.af.mil or Kathryn Dillon, Element Chief Phone : 719/567-3847 Fax : 719/567-3153 E-mail : kathryn.dillon@schriever.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ec87f5e1db6a2b14da2bf41555f560cc&tab=core&_cview=1)
 
Place of Performance
Address: 4th Space Operation Squadron, Schriever AFB, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN01584903-W 20080604/080602220338-ec87f5e1db6a2b14da2bf41555f560cc (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.