SOURCES SOUGHT
D -- REQUEST FOR INFORMATION (RFI) FOR ANTI-SCINTILLATION / ANTI-JAM MODEM PRODUCTION AND SUPPORT
- Notice Date
- 11/13/2013
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J14PW001
- Response Due
- 11/27/2013
- Archive Date
- 1/12/2014
- Point of Contact
- Parris S. Weidenbach, 309-782-4678
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(parris.s.weidenbach.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.0 Product Manager Wideband Enterprise Satellite Systems (PD WESS) is seeking information from potential offerors for the contemplated acquisition of Anti-Scintillation/Anti-Jam (AS/AJ) Modems, their sustainment support, and the development of future enhancements for these modems. The required AS/AJ Modems are components of the Protected Anti-Scintillation Anti-Jam Wideband Net-Centric System (PAAWNS). The PAAWNS, which is primarily intended to support the protected (anti-scintillation and anti-jamming) satellite communications (SATCOM) needs of the Missile Defense Agency (MDA), is deployed to Department of Defense (DoD) SATCOM facilities worldwide as well as to MDA deployed locations with transportable SATCOM terminals. This acquisition pertains to the PAAWNS AS/AJ Modem component only. 2.0 Large and small businesses that are experienced in providing and supporting DoD SATCOM modem and network management systems are requested to respond to this RFI. A small business is defined by the North American Industry Associated Classification System (NAICS) code 334220 which is defined as 750 employees or less. 3.0 The required AS/AJ Modems are currently supplied by Harris Corporation, Melbourne, FL. The Government does not own the drawings and software documentation for this equipment and certain AS/AJ Modem components are proprietary to Harris Corporation. Performance requirements for the AS/AJ Modem are defined in specification A3334247 which will be made available to interested and qualified offerors upon request. AS/AJ Modem technical data is controlled by the Department of State, International Traffic in Arms Regulations (ITAR), 22 CFR, Parts 120-130, and cannot be exported from the United States or shared with a foreign person without prior approval of the U.S. Department of State. 4.0 The required services will be performed primarily at the Contractor's facilities, but may also be required at Government facilities, other PAAWNS supplier facilities and DoD SATCOM facilities worldwide. 5.0 It is envisioned that a potential solicitation will include the following requirements. 5.1 Produce, test, and deliver AS/AJ Modem units and associated spare components on an Indefinite Delivery Indefinite Quantity (IDIQ) and Firm-Fixed-Price (FFP) basis. 5.2 Perform studies and analyses related to AS/AJ Modem performance, including but not limited to network operations and management, timing, scintillation, jamming, traffic flows, and communications throughput capacity, on a Cost-Plus-Fixed-Fee (CPFF) basis. 5.3 Develop, integrate, test, and implement Government-approved AS/AJ Modem enhancements and equipment variants on a CPFF basis. 5.4 Provide engineering support to the Government and to other PAAWNS contractors to facilitate the integration and implementation of the AS/AJ Modem with other PAAWNS subsystems on a CPFF basis. 5.5 Prepare AS/AJ Modem logistics (manuals, training, provisioning) data products. 5.6 Support PAAWNS testing at Government and other component supplier facilities. 5.7 Support AS/AJ Modem portions of the Government's PAAWNS Post Deployment Software Support (PDSS) and subsequent Post Production Software Support (PPSS) programs. 5.8 Correct latent discrepancies in design specifications, test plans/procedures, and source code, and provide software modifications to accommodate corrections and enhancements to deployed systems and adaptation of AS/AJ Modem software assets. 5.9 Establish and maintain a Software Development Environment (SDE) suitable for the long-term support of AS/AJ Modem software. 5.10 Provide AS/AJ Modem Information Assurance (IA) Certification and Accreditation (C&A) maintenance services and supply C&A products and services necessary to maintain a secure system and to support the continuity of the PAAWNS Authorization to Operate (ATO). 5.11 Respond to Information Assurance Vulnerability Alerts (IAVAs), Information Assurance Vulnerability Bulletins (IAVBs), and Information Assurance Technical Advisories (IATAs). 6.0 The Government may award a single or multiple contracts to satisfy these requirements. The resulting contract(s) will likely utilize a variety of pricing types and are anticipated to be from 12 months to five years in length. 7.0 Responders are encouraged to recommend alternate approaches that would provide a better value to the Government. Recommended alternate approaches must still meet the aforementioned requirements' form, fit and function. Potential offerors not responding to this announcement will not be precluded from any further participation. 8.0 Interested potential offerors are asked to provide the following specific information. 8.1 Name, address, and Contractor and Government Entity (CAGE) code of your company. 8.2 Point of Contact (Name address, phone number, and e-mail). 8.3 Current capabilities your company offers (no more than 20 pages in length) which most closely match the capabilities specified above. 8.4 Available brochures, photographs, illustration and technical descriptions (no more than 20 pages in length) that describe your company's current services that most closely match the required capabilities. 8.5 An optional White Paper (no more than 20 pages in length) describing how your company's technical expertise could produce and deliver the required capability. 8.6 An identification of your company's past and current customers to which your company provided similar services, including a customer/company name and point of contact, phone number, and address/e-mail where they can be contacted. 8.7 Pricing structure for required supplies and services. 9.0 This is a Request for Information (RFI) in accordance with FAR Part 52.215-3. The Government seeks to identify interested offerors for a potential procurement action and to gather information that may influence the shape of a potential future Request for Proposal (RFP). This announcement is for market research purposes only and it does not constitute an RFP, quotation or bid. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI does not restrict the Government to any ultimate acquisition approach or strategy. The Government will not pay for any information that is submitted by respondents to this announcement. 8.0 Please furnish the above requested information by 27 November 2013. Please submit the requested information in PDF or Microsoft Word format via e-mail at the following address: parris.s.weidenbach.civ@mail.mil 8.1 All questions should be directed to Mr. Parris S. Weidenbach [parris.s.weidenbach.civ@mail.mil] at Army Contracting Command-Rock Island. 8.2 Contracting Office Address: ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1013bf225f410a63cc34a9eaee0e8b85)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03232924-W 20131115/131113235424-1013bf225f410a63cc34a9eaee0e8b85 (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 |