Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2009 FBO #2906
SOURCES SOUGHT

D -- Future Commercial Satellite Communications (COMSATCOM) Services Acquisition ID/IQ Customer Requirements Threshold

Notice Date
11/6/2009
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), ITS Office of Acquisition Operations (QTA), 10304 Eaton Place, 4B19, Fairfax, Virginia, 22030, United States
 
ZIP Code
22030
 
Solicitation Number
QTA-010-CTA-0003
 
Archive Date
12/18/2009
 
Point of Contact
Tracey T. Embry, Phone: (703) 306-7041, Kevin Gallo, Phone: 703-306-6616
 
E-Mail Address
tracey.embry@gsa.gov, kevin.gallo@gsa.gov
(tracey.embry@gsa.gov, kevin.gallo@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION Future Commercial Satellite Communications (COMSATCOM) Services Acquisition ID/IQ Customer Requirements Threshold RFI Review Period: November 9 - December 3, 2009 GENERAL INFORMATION 1.0 OBJECTIVE On August 6, 2009, the General Services Administration (GSA) and the Defense Information Systems Agency (DISA) announced a joint Future COMSATCOM Services Acquisition (FCSA) making use of Federal Supply Schedules and GSA-owned Indefinite Delivery, Indefinite Quantity (ID/IQ) contracts to service Government COMSATCOM requirements. (The FCSA Announcement to Industry briefing, and other information can be found at http://www.gsa.gov/fcsa.) GSA and DISA are seeking large and small business inputs on what should comprise the threshold for assigning ID/IQ requirements to one of the two ID/IQ contract vehicles. 2.0 BACKGROUND Two new ID/IQ contract vehicles will be established to support COMSATCOM End-to-End Solutions requirements: one Small Business Set-Aside and one Full and Open Competition. Companies qualifying under the NAICS code 517410, Satellite Telecommunications, will qualify for the Small Business Set-Aside contract vehicle. End-to-End Solutions comprise complete, customized engineered solutions to meet customers' unique satellite communications needs. These solutions may include any combination of fixed satellite services or mobile satellite services components, and/or service enabling components such as terminals, teleport, and terrestrial interface tail circuits. End-to-End Solutions may also include integration, network management and engineering services. 3.0 REQUESTED INDUSTRY FEEDBACK ON THE ID/IQ TRESHOLD GSA and DISA request comments and recommendations from large and small businesses (in accordance with NAICS code 517410) on the design and implementation of clear, measurable size and scope thresholds used to determine the appropriate ID/IQ vehicle for individual End-to-End Solutions requirements. The Full and Open Competition ID/IQ will be used to procure End-to-End Solutions requirements which are determined to be either too large or complex for contractors on the Small Business Set-Aside contract vehicle. Threshold criteria under consideration include: (1) Number of transponder equivalents (TPE) of bandwidth (1 TPE = 36 MHz) and/or data rates (Mbps); (2) Number of coverage regions; (3) Number of points of presence (terminal, user connection, etc. accessing the satellite or service). GSA and DISA encourage large and small businesses to propose additional technical threshold considerations, as applicable, and provide rationale for your additions. Please limit your feedback on the ID/IQ threshold to five (5) single-sided, 12-point font, single-spaced pages. 4.0 REQUESTED SMALL BUSINESSES PROJECT EXPERIENCE Consistent with demonstrated capabilities of small businesses, GSA and DISA intend to direct as many End-to-End Solutions requirements to small businesses as possible. To assist GSA and DISA in determining the right set of threshold parameters, small business contractors qualifying under NAICS code 517410 are requested to describe three (3) recently completed or on-going project(s) demonstrating your capability to satisfy End-to-End Solutions requirements. Please include the following information in your project descriptions: (1) Background information on the project; (2) The size, scope, and complexity of the project; (3) Dollar amount of project; (4) Project duration, which includes the original estimated completion date and the actual completion date; (5) Number of transponder equivalents (TPE) of bandwidth (1 TPE = 36 MHz) and/or data rates (Mbps); (6) Number of coverage regions; (7) Number of points of presence (terminal, user connection, etc. accessing the satellite or service); (8) Number of personnel involved. Your examples may be for services provided to Government or Commercial customers. Please limit your project experience responses to a total of six (6) single-sided, 12-point font, single-spaced pages. 5.0 FEEDBACK SUBMISSION INSTRUCTIONS All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 U.S.C. 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. E-mail responses shall be submitted by 5:00 PM (EST), Thursday, December 3, 2009 to the following: futurecomsatcom@gsa.gov Subject: FCSA ID/IQ Requirements Threshold Feedback As part of your company's response, please provide a cover letter that includes the following: •• Number of years of corporate operations/experience providing COMSATCOM services •• Business Size (employees, annual revenue) •• Primary type of COMSATCOM services provided •• Primary Point of Contact •• Address •• Telephone Number •• Fax Number •• E-mail address for POC Any exchanges of information shall be consistent with procurement integrity requirements (see FAR 3.104). Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. The responses from this RFI may be used to assist the Government in developing evaluation criteria for a future procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/40d921d1c2ad71dbfef6c8df89f1e337)
 
Record
SN02000169-W 20091108/091107000503-40d921d1c2ad71dbfef6c8df89f1e337 (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.