Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
SOLICITATION NOTICE

58 -- SDN Family of Systems (FoS) Sub One-Meter Variant (SDN-Lite) - Draft SDN-L Documents

Notice Date
5/3/2017
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-17-R-0004-SDN-L
 
Archive Date
6/8/2017
 
Point of Contact
Jonathan H. Katz, , Phillip J. Sabo,
 
E-Mail Address
jonathan.katz@socom.mil, phillip.sabo@socom.mil
(jonathan.katz@socom.mil, phillip.sabo@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft SDN-Lite CDRLs Draft SDN-L Statement of Work Draft SDN-L Performance Spec The United States Special Operations Command (USSOCOM), Directorate of Procurement has a requirement to purchase the next generation of Satellite Deployable Node - Family of Systems (SDN-FoS) Sub One-Meter Variant (SDN-Lite). The attached Draft Request for Proposal (RFP) documents (Performance Specification, Statement of Work, CDRLs) for the SDN-Lite is to provide Industry with the most current information as well as gather feedback (Questions to Industry Below) and address any questions and comments. The Government is still in the process of drafting Sections L & M and getting the final acquisition plan approved; however, the team anticipates issuing a Final RFP using full and open competition with no exclusions/set-asides which may result in a single award of a commercial, Indefinite Delivery Indefinite Quantity (IDIQ) contract issuing Firm Fixed Price (FFP) delivery orders with an ordering period of five years, a guaranteed contract minimum of $2,500.00 and contract maximum of $75,000,000.00. The Government anticipates ordering approximately a total of 809 SDN-Lites during the life of this contract. A Final RFP, which will be posted on Federal Business Opportunities website under solicitation number H92222-17-R-0004, is anticipated to be released in Q4 FY17. Companies interested in providing this capability and desiring to provide value added feedback on the Draft RFP documents must email their questions and comments in writing to Mr. Jonathan Katz, Contracting Officer, jonathan.katz@socom.mil and Mr. Phillip Sabo, Contracting Officer, phillip.sabo@socom.mil NLT 24 May 2017, 1200 hours eastern time. Please provide suggested edits and comments utilizing the track changes and review features via Microsoft Word directly in the Draft RFP documents where possible. Oral requests (e.g. phone call) for information will be re-directed to provide email correspondence for documentation purposes. Individual responses to inquiries will not be provided. Do not include any proprietary information when responding back to the Government unless properly marked. Questions to Industry - 1. Can you provide a terminal which immediately satisfies all the Threshold (Th) requirements in the Government's Performance Specification and SOW? 2. If yes, does this proposed terminal also currently meet any Objective (Obj) requirements outlined in the performance specification? If yes, please identify all Objectives. 3. If your proposed terminal does not currently meet all Threshold requirements, state specifically which Thresholds are not met, when you anticipate being able to meet them, and what is your implementation plan? 4. Do you currently possess the capability to deliver a fully certified terminal which meets all Threshold requirements outlined in the Government's Performance Specification and SOW within the required initial delivery schedule (at the production capacity outlined) requirements defined in SOW para. 6.11? 5. Describe your approach to address the test and certification requirements in paragraph 5 of the SOW. Specifically: What is your current certification status is for Wideband Global SATCOM (WGS) and commercial bands as defined in SOW Section 5.4? If certified, provide ARSTRAT certification numbers and commercial service provider certification letters. If not currently certified, where are you at in the process (Specific Phase) for certification and will you have certifications in order to meet the schedule timeframe in SOW 6.11 (90 days ARO in Nov 2017). Message traffic from ARSTRAT should be provided to verify WGS certification test phase status. Similarly, message traffic from commercial service providers should be provided to verify in-process status of those certifications. Have your proposed terminal offerings already undergone the required MIL-STD-810G testing defined in SOW paragraph 5.2.1? If, so when was testing conducted and by which laboratory? A summary report from the independent laboratory test report should be submitted. If terminals have not undergone the required MIL-STD-810G testing discuss how that will be satisfied within the required initial delivery schedule (at the production capacity outlined) requirements defined in SOW para. 6.11. Notes/Information before providing comments: 1. A complete scrub and/or peer and policy review of the Draft RFP documents has not yet been accomplished but will be accomplished prior to the Final RFP release. 2. All Attachments to the RFP have not been finalized.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-17-R-0004-SDN-L/listing.html)
 
Record
SN04494066-W 20170505/170503234546-aa7b663405b511f94ee142a12a00307e (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.