Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2011 FBO #3688
SOURCES SOUGHT

J -- Ground Multi-band Terminal (GMT) Contractor Logistics Support (CLS)

Notice Date
12/28/2011
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA8823_GMT
 
Point of Contact
Kimberly S. McGough, Phone: 7195562919, Kimberly S. McGough, Phone: 7195562919
 
E-Mail Address
kimberly.mcgough@peterson.af.mil, kimberly.mcgough@peterson.af.mil
(kimberly.mcgough@peterson.af.mil, kimberly.mcgough@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of the Air Force Space and Missile Systems Center (SMC), Space Logistics Directorate contracting group (SMC/PKL) located at Peterson AFB in Colorado Springs, CO is contemplating a Firm-Fixed-Price/Cost Reimbursable future requirement in support of the SMC MILSATCOM Systems Directorate, Logistics and Operations Support Division (SMC/MCL) located at Peterson AFB, CO. The Government does not presently intend to award a contract but wants to obtain market information and an understanding of existing capabilities for planning purposes. The Government anticipates issuing an RFP, but may elect not to do so. The Ground Multi-band Terminal (GMT) program provides the warfighter with flexible, lightweight, modular, scalable, and integrated tactical quad-band Satellite Communications (SATCOM) terminals (AN/TSC-179). Each GMT SATCOM terminal supports C-, X-, Ku-, and Ka-band frequency operations using a 2.4 meter Small Aperture Antenna (SAA) and comes in a transit case configuration. GMT provides wideband communication services using existing Defense Satellite Communications System (DSCS) satellites, new Wideband Global SATCOM (WGS) satellites, and commercial satellites. GMT is interoperable with legacy Super High Frequency (SHF) terminals, is compatible with assorted legacy and current large aperture antennas, and is designed to be upgradable to incorporate new technologies. The anticipated GMT requirement will provide sustainment and engineering support for GMT hardware and software maintenance. The support will include engineering, testing, and implementing upgrades to maintain the current configuration baseline or to improve the system with new technology/modifications identified by the GMT Program Office. Other requirements include system refurbishment/technical refreshment, configuration management, parts obsolescence mitigation, secure depot warehousing and logistics, help desk operations, and operational metrics. The requirement will provide sustainment support of approximately one-hundred and thirty (130) GMT Satellite Communications (SATCOM) terminals. The contractor must be knowledgeable of, and experienced with, GMT Line Replaceable Units (LRUs) or similar SATCOM systems. In addition to various GMT inventory items, the anticipated contract will also include the support of twenty (20) Large Aperture Multi-band Deployable Antennas (LAMDA) and approximately one-hundred (100) Quad-band Large Aperture Antennas (QLAA). The contractor will be responsible for providing accurate logistics support information and reliability data to assist with reducing life cycle costs. Specifically, the contractor shall be required to perform common fault isolation to the lowest possible LRU or hardware assembly by coordinating with the MILSATCOM operating field unit and the GMT original equipment manufacturer (OEM) or component vendor. Component isolation will also include systemic failures and requires an in-depth operational knowledge of the terminal. GMT software sustainment encompasses developing and updating software, investigating and resolving problem reports, and providing the MILSATCOM operating field unit with applicable software imaging disks or. Software development and anomaly resolution will be required and is subject to OEM proprietary rights. The place of performance will be at a secured contractor facility located in Colorado Springs, CO for depot support and within the continental United States (CONUS) for the engineering support function. The Government intends to award a competitive contract IAW FAR 6.102, Full and Open Competition. Interested parties are invited to submit an unclassified Statement of Capability (SOC) within 10 business days of this announcement demonstrating the following: •1. Engineering capabilities for software and hardware development, interoperability testing, and system certifications to comply with Government mandates and regulations. •2. A capability to obtain a secured warehouse of approximately 4,000 sq ft for parts inventory (including Communications Security (COMSEC) Controlled Items (CCI). •3. Sufficient GMT equipment knowledge to provide help desk services and systemic fault isolation guidance to the MILSATCOM operational community and a capability to process and respond to repair requests. •4. Ability to obtain and report logistics and trending analysis. •5. Sufficient administrative processes, databases, and know-how to process purchases/replacements/repairs for CONUS, OCONUS, and CCI controlled requests. •6. Qualified/experienced personnel with a Secret security clearance. •7. A capability to provide a detailed expenditures tracking and approval system identifying all charges submitted to the government. The SOC shall not exceed 10 one-sided pages in length. Response must be submitted by e-mail in electronic form in MS Word or PDF Format. All responses must conform to 8.5 by 11 inch pages, with font no smaller than 12 point and minimum 1-inch margins. The anticipated period of performance is for one (1) base year with four (4) one year options. If the Government elects to do so, a projected Request for Proposal (RFP) release date for this effort is estimated to be the second quarter of 2012, with an estimated award in the third quarter of 2012. This synopsis is for information and planning purposes only; it does not constitute a RFP. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. Any response to this synopsis is not an offer and cannot be accepted by the Government to form a binding contract. The Government will not recognize any cost associated with the submission of an SOC. The Government will use any information received for planning purposes in support of market research and to improve the understanding of industry capabilities in response to the Statement of Capabilities (SOC). The applicable North American Industry Classification System (NAICS) code is 811213. The size standard for NAICS code 811213 is $10M. Small businesses are encouraged to submit a Statement of Capability. Submit all responses to synopsis to: SMC/PKL, Attn: Kimberly McGough, 1050 E Stewart Ave, Peterson AFB, CO 80914-2902 (Kimberly.mcgough@peterson.af.mil). An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is James Gill, SMC/PK, (310) 336-1789.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823_GMT/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80922, United States
Zip Code: 80922
 
Record
SN02646054-W 20111230/111228233629-a18bbb930a0e2d91afe2df90c7224100 (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.