Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2016 FBO #5283
MODIFICATION

J -- Request for Information (RFI) for Enhanced Polar System (EPS) Operations and Maintenance (O&M) for the MILSATCOM Directorate (SMC/MC) - RFI Amendment 1

Notice Date
5/9/2016
 
Notice Type
Modification/Amendment
 
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
15-097
 
Archive Date
6/8/2016
 
Point of Contact
Kimberly Dandridge, Phone: 3106539687, Judy Hudson, Phone: 3106539286
 
E-Mail Address
kimberly.dandridgedrennon@us.af.mil, judy.hudson@us.af.mil
(kimberly.dandridgedrennon@us.af.mil, judy.hudson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI for EPS O&M for the MILSATCOM Directorate (SMC/MC), Amendment 1 SEE ATTACHED RFI AMENDMENT 1 FOR DETAILS System Overview EPS is an Extremely High Frequency (EHF) Satellite Communications (SATCOM) system that will provide communications support in the North Polar Region to meet strategic, operational, and tactical mission requirements. EPS will employ payloads on two satellites in a Molniya, highly elliptical orbit to provide coverage 365 days per year and 24 hours per day. These payloads will be integrated onto another organization's satellite system. EPS will include ground control and planning infrastructure to provide a payload command and control (C2) capability and to plan allocation of payload resources to polar user terminals. EPS will also include a ground gateway infrastructure to provide polar users with access to terrestrial communications services that connect with mid-latitude users. EPS will support C2 of Joint Forces operating beyond the reach of traditional communications capabilities, connecting individual commanders, while simultaneously improving the speed and quality of decision processes throughout the military organization as a whole. EPS represents an evolution of capabilities for protected EHF SATCOM in the North Polar Region, above 65 degrees. EPS provides continuous coverage to terminals operating in the polar region and supports secure, jam-resistant, strategic and tactical communications between polar forces and mid-latitude users. The system provides the capability to carry secure teletype, encoded voice, and data communications. EPS Initial Operational Capability (IOC) and Full Operational Capability (FOC) are both planned for summer 2018. SMC/MC is responsible for acquiring O&M support for the following EPS operations: -EPS payload control and planning operations and site maintenance at Schriever Air Force Base (SAFB) in Colorado Springs, Colorado -Gateway networking and terminal equipment and EPS payload telemetry and commanding (T&C) terminal equipment operations, and site maintenance at Clear Air Force Station (CAFS) in Clear, Alaska. This equipment connects to the Global Information Grid (GIG)/Department of Defense Information Network (DoDIN)/Defense Information Services Network (DISN) CONUS teleport site equipment. Control and Planning Operations: Control and planning operations at SAFB consists of both real-time T&C operations and offline communication and cryptographic planning activities. The EPS payload is hosted on a classified space vehicle (SV). As a result, payload command and control responsibility is shared between SAFB payload control and planning operations and Host SV control and planning operations. Real-time payload T&C operations at SAFB will include the following capabilities: -Monitor telemetry for payload status and resource usage -Set up and tear down payload T&C networks -Manage the distribution of payload and terminal cryptographic keys, including Over the Air Rekey -Provide for payload clock management These activities are envisioned to require 24/7 support in order to ensure continuous connectivity. The offline planning activities include both EPS communication planning for user communications and cryptographic planning for payload and terminal equipment. These activities are envisioned as offline activities not requiring 24/7 support. Gateway and T&C Terminal Operations: The gateway operations at CAFS consist of operations and site maintenance of baseband, networking, and RF terminal equipment. The gateway will provide connectivity between polar and mid-latitude users by transporting EPS traffic to the Department of Defense (DoD) Teleport at Camp Roberts, California. At the Teleport, the traffic will be routed to users via either pre-arranged Navy backhaul services or DISN services. Because of the Molniya character of the payload orbits, operations of the gateway terminals will include communications handover between payloads, four times each day, as the one payload descends in its orbit and the second ascends. The gateway will include three Navy Multi-band Terminals (NMTs) to serve as communications terminals. Two of the NMTs will provide connectivity to the two payloads when they are simultaneously in view of the gateway, with the third NMT serving as a backup terminal. Gateway operations will include management and configuration of the baseband and networking equipment to provide connectivity for both serial and Internet Protocol data. The operations of these terminals, networking, and baseband equipment is envisioned to require 24/7 support in order to ensure continuous user communication. Because line-of-sight connectivity is not feasible between SAFB and the EPS payloads during the operational phases of their orbits, the EPS T&C terminal is co-located with the gateway at CAFS, rather than at SAFB. Operations of the terminal, associated interface hardware, and networking equipment is also envisioned to require 24/7 operations and maintenance in order to ensure continuous command and control of the payload. Request for Information In this RFI, SMC/MC requests industry feedback on capabilities for supporting EPS operations, maintenance, and interface with the Depot. SMC/MC would like industry's input on the following approach: 1. Single contract to support operations, on-site maintenance, and knowledgeable personnel for interface with Depots, at both CAFS and SAFB for all functions beginning 3Q FY18 at EPS IOC/FOC The capabilities required to provide depot maintenance for the gateway and control and planning sites are not included in the approach targeted by this RFI. This includes depot maintenance for both the hardware and software. Objectives Objectives of this RFI include the following: 1. Gather information from industry on capabilities for developing the acquisition strategy for the EPS ground site operations and maintenance support contract. 2. Identify industry capabilities to satisfy ground segment operational and functional requirements, specifically identifying areas that strongly affect cost and risk. 3. Gather inputs from industry on information and training required from the Government to successfully execute the requirements, including design documentation, training materials, and interaction with the organizations responsible for development and Interim Contractor Sustainment (ICS). 4. Support preliminary acquisition documentation and strategy development for a potential acquisition. Content SMC priorities for acquiring EPS O&M support include ensuring a smooth transition from ICS to qualified and capable operator/maintainers and minimizing O&M costs by achieving manpower efficiencies wherever possible. In pursuit of these priorities, all capable and qualified sources should respond to this RFI with the following content: Statement of Capabilities: •1 1) Experience in operating MILSATCOM Directorate EHF, or EHF like payload command and control systems operational concepts and external interfaces similar to the EPS Control and Planning Segment (CAPS) 2) Experience in operating MILSATCOM Directorate EHF, or EHF like mission planning systems with operational concepts and external interfaces similar to the EPS CAPS, Gateway, and Terminals 3) Experience in operating ground communications networks and network management systems with operational concepts and external interfaces similar to the EPS Gateway 4) Experience in operating and providing organizational level maintenance for MILSATCOM Directorate EHF, or EHF like terminal systems (command and control and user) with operational concepts and external interfaces similar to the EPS Interim Command and Control (IC2) and Navy Multiband Terminal (NMT) 5) Experience in supporting operating and org-level maintenance of the Key Translation Element (KTE), communications security, transmission security and cryptology approaches compatible with Central AEHF Key Management Station (CAKMS) or equivalent 6) Experience supporting operations and on-site maintenance at CAFS or similar austere Government installations 7) Experience supporting operations and on-site maintenance at SAFB or similar Government installations 8) Experience in assisting the resolution of any anomalies on communications payloads, terminals or command and planning systems similar to EPS payload, Gateway, Terminals, and CAPS 9) Experience in managing on-orbit communications payload configuration using a command and planning system 10) Capability to support the timeline for transition to operations as described for proposed approach 11) Capability to achieve manpower efficiencies by cross-training and combining functional responsibilities at each site; the Government anticipates capable operator/maintainer personnel with the potential to reduce staffing over time by combining positions 12) Capability to support handling of material up to TS/SCI and provide personnel with access up to TS/SCI 13) Experience in providing Level 1 software maintenance for ground systems network ground communications networks and network management systems with operational concepts and external interfaces similar to the EPS CAPS and Gateway Response Information Interested parties must submit an unclassified Statement of Capabilities by the date listed in this announcement. All responses should be on company letterhead and with a 15 page limit and 10 page limit on appendices, including tables, figures, and graphs. Page size shall be 8.5 x 11 inches, single-spaced with text no smaller than 11-point font size (8-point font for tables, figures, and graphs) Times New Roman. Margins shall be one-inch on all sides. SMC/MC intends to release a solicitation to acquire an EPS O&M contract in the late 4 th Quarter calendar year 2017 timeframe. This synopsis is for planning purposes only; it does NOT constitute a Request for Proposal or a Request for Quote, nor does its issuance restrict the Government as to its ultimate acquisition approach. Information contained in this RFI is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any cost associated with a submission to this response. Industry responses will be considered for the purposes of market research. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, use it to document market research, and to develop an RFP. The Government intends to hold an Industry Day scheduled on 8 July 2015 (9 July 2015 back up day) prior to the RFI response submission date. This RFI is unrestricted and encourages responses from all responsible contractors independent of size. Additionally, responses from small business and small disadvantaged business firms is highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. The Government intends to use Federally Funded Research and Development Center (FFRDC), University Affiliated Research Center (UARC), and Systems Engineering and Integration (SE&I) support to help review the RFI responses. All Government, FFRDC, UARC, and SE&I personnel will sign appropriate Non-Disclosure Agreement (NDA). The Government will treat all responses as COMPETITION SENSITIVE. Contractors responding to this RFI shall submit the above information in writing (electronically) no later than 27 JUL 2015, 5:00 PM Pacific Standard Time (PST) to the Primary POC listed. Contracting Office Address: SMC/PKJ 483 N. Aviation Blvd. El Segundo CA 90245-2808 Government Primary Point of Contact: Kimberly Dandridge, Phone: 310-653-9687, e-mail: kimberly.dandridgedrennon@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/15-097/listing.html)
 
Place of Performance
Address: Schriever Air Force Base, Colorado Springs, CO 80912, Clear Air Force Station, 200 A Street, Stop 1, Clear AFS, AK 99704, United States
Zip Code: 99704
 
Record
SN04109601-W 20160511/160509234036-e092adefbf86549cc7e29d23328bc025 (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.