Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
SOURCES SOUGHT

D -- Modernization of Enterprise Terminals (MET) Follow On

Notice Date
1/31/2018
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-18-R-METF
 
Archive Date
2/24/2018
 
Point of Contact
Thor A. Olson, Phone: 3097828678, Michael Lansing, Phone: 3097827239
 
E-Mail Address
thor.a.olson2.civ@mail.mil, michael.l.lansing2.civ@mail.mil
(thor.a.olson2.civ@mail.mil, michael.l.lansing2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION Product Manager for Wideband Enterprise Satellite Communications Systems 1.0 DESCRIPTION 1.1 Product Manager for Wideband Enterprise Satellite Communications Systems (PdM WESS), Fort Belvoir, VA, is seeking information from potential offerors for services related to sustainment support of various military satellite communications (SATCOM) terminal programs. The Government tentatively plans to include the equipment, data, and services described herein in a pending solicitation. Support for the following systems is covered in this Request for Information (RFI):  Modernization of Enterprise Terminals (MET) Program, including AN/GSC-52B(V)1-6 and AN/GSC-52B(V)10-12.  AN/GSC-52 Modernization (52 Mod) Program, including AN/FSC-78C; AN/GSC-39C; AN/GSC-52A(V)1-8, including OU-187 L-Band Interface Unit (LBIU); AN/TSC-86A, C, D, E and F; Interconnection Facilities (ICF). There are approximately 100 terminals to be sustained at approximately 50 worldwide locations. The following services are included in this requirement: a) Depot Support will include the resources and services to provide a depot for Government-owned items. Depot support includes supply stock, store, and issue, material handling, repair, kitting, packaging, packing/crating, and shipping equipment to worldwide locations. This may include packing/crating and shipping MET systems and de-installed legacy terminals. Depot support also includes replenishment of depleted supplies, warranty tracking and resolution, and on-site depot level maintenance. Supply a real-time web-based depot material inventory management system which will interface with the MET Supply Support System currently in use for sites to order replacement parts, consumable items and tools, as well as obtain repair and calibration of test equipment. In the future, the depot material accountability will also be required via the Defense Property Accountability System. b) Integrated Product Support (IPS) will be required for all equipment being supported, including maintenance of existing and development of new technical documentation. IPS may also include planning, scheduling, and conducting New Equipment Training (NET) using existing NET course materials. Development of and conducting sustainment training courses will be included. Updating training materials may also be required. IPS requires documenting the analysis and resolution of failure trends. c) Engineering Services Support will include evaluation of alternate parts and/or sources, cost estimates, design, implementation, and testing to verify approved changes. Engineering Services will also verify compliance with all program requirements, support satellite Earth terminal certification testing, monitor/evaluate field and installation problem reports, and determine courses of action to resolve the problems. Engineering Services may also require performing technical studies, monitoring product obsolescence, and recommending replacements for obsolete parts or technology, evaluating prospective technical insertions for improved reliability, maintainability, and cost savings; updating test plans and procedures and producing test reports. d) Software (SW) and Information Assurance (IA) support includes documenting all software/firmware problems and changes, evaluation of software/firmware defects or requests for enhancements/changes, design, implement, and integrate approved changes; test software and firmware to verify that it meets all applicable program and IA requirements, is compliant with approved configuration baseline, and maintains Authority to Operate (ATO); maintain documentation related to software; support site and user personnel in installing and using program software; and maintain and operate a software development environment provided by the Government. Support a quarterly software release schedule (defect/enhancement changes every six months and IA updates quarterly or more often if necessary due to urgency). e) MET Post Production Integration (PPI) and Terminal Less Antenna Kit (TLAK) testing of AN/GSC-52B(V)1-6 is performed in-plant to reduce on-site installation time and costs, and to verify component functionality prior to shipment to sites. PPI consists of integrating specific MET components into the terminal hub and racks. TLAK testing consists of in-plant testing of a partially-integrated Large Fixed terminal without the antenna. f) Installation and De-Installation Services are required and may include site surveys, site design documentation, site preparation, de-installation of legacy terminals and radomes, installation of MET systems and radomes, and installation related testing. These services may also require assisting Government installation teams with installation related issues and testing. g) Technical Assistance is required to provide field service support in response to customer inquiries and requests, problem troubleshooting and SW/IA issues. Provide technical assistance via telephone and email 24 hours per day, 7 days per week for urgent issues which render a terminal nonoperational. Onsite technical assistance may be required when approved by the Government. The Government anticipates awarding all services as Cost Plus Fixed Fee (CPFF) tasks. 1.2 This is an RFI only. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, PdM WESS is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Please be advised that all submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor that site for additional information. 2.0 BACKGROUND PdM WESS, Fort Belvoir, VA, manages the acquisition, development, modernization and sustainment of enterprise SATCOM systems and satellite network control and planning systems for use with Wideband Global Satellite (WGS), Defense Satellite Communications Systems, and commercial satellite systems. 2.1 Production: No substantive production is anticipated; however limited production of replacement or spare parts may be required during the sustainment of these terminals. 2.2 Delivery Period: The delivery period for services described herein is for 5 years after contract award. 2.3 Limitations: The Government owns a complete technical package for 52 Mod. The Government owns a complete technical package for MET with the following exceptions: antennas, L-Band Switch Subsystem, Single Carrier Converter Subsystem, Operations and Maintenance Van, Integrated Equipment Shelter, and Fiber Optic Interconnect Facility. Troubleshooting, diagnosis, repair, and replacement of the listed items require the expertise of the original equipment manufacturers, or significant reverse engineering. 2.4 Security Requirement: The work to be performed requires a facility clearance level of SECRET. Personnel performing on-site activities including installation, de-installation, training, maintenance, and technical support may be required to possess a SECRET or higher security clearance level. 3.0 REQUESTED INFORMATION Interested potential offerors are asked to provide a white paper containing the following specific information: a) Name, address, and Commercial and Government Entity (CAGE) code of your company. b) Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. c) Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) as defined in the North American Industry Classification System (NAICS), 2017 version. d) The facility security clearance level. e) No more than 20 pages describing how your company's technical expertise could provide the required services. Minimize and identify any proprietary information. Include the following information: 1) Identification of capabilities and/or current products and services offered by your company which most closely match the capabilities specified above. 2) A list of 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. 3) Description of any company experience with MET and 52 Mod. 4) Description of any company experience with military satellite communications systems with antenna sizes from 4.8 to 12.2m. 5) Description of any company experience with WGS and Joint Interoperability Test Command (JITC) certification. 6) Description of any company experience in Risk Management Framework to develop an accreditation package to obtain an Authority to Operate. 7) Description of your company's standards for hardware, software, and IPS product configuration management and defect and change reporting, including identification of any commercial or internally-developed systems utilized by your company. 8) Description of your company's process(es) for quality control. 9) Description of your company's process(es) for Supply Chain Risk Management. 10) Date of ISO 9001 certification 11) State whether your company is Capability Maturity Model Integration (CMMI) certified, and if so to what level. 4.0 RESPONSES Please furnish the above requested information in PDF or Microsoft Word format no later than 09 February 2018 to Mr. Thor A. Olson, Contract Specialist at thor.a.olson2.civ@mail.mil. All questions should be directed to: Mr. Thor A. Olson, Contract Specialist Army Contracting Command - Rock Island 3055 Rodman Avenue Rock Island, Illinois 61299-8000 United States thor.a.olson2.civ@mail.mil 5.0 INDUSTRY DISCUSSION PdM WESS representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements. 6.0 QUESTIONS Questions regarding this announcement may be submitted in writing by e-mail to the Contracting Specialist: Mr. Thor A. Olson, Contract Specialist Army Contracting Command - Rock Island thor.a.olson2.civ@mail.mil Verbal questions will NOT be accepted. Questions shall not contain proprietary or classified information. The Government does not guarantee that questions received after 09 February 2018 at 11:59 PM CT will be answered. Questions and answers judged to be of general interest will be posted on FedBizOpps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e4d2fb358e73bacbcece0c5bd84ddb69)
 
Place of Performance
Address: Multiple CONUS and OCONUS locations, United States
 
Record
SN04805877-W 20180202/180131231536-e4d2fb358e73bacbcece0c5bd84ddb69 (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.