Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOURCES SOUGHT

D -- C-Band Reception - Diego Garcia - Sources Sought

Notice Date
7/18/2018
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement MD, 6700 Taylor Ave, Ft Meade, Maryland, 20755, United States
 
ZIP Code
20755
 
Solicitation Number
HQ0516-18-SS-0718
 
Archive Date
8/9/2018
 
Point of Contact
Shadonna D. Minnis, Phone: 3012226031
 
E-Mail Address
shadonna.d.minnis.civ@mail.mil
(shadonna.d.minnis.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice for Diego Garcia SOURCES SOUGHT ANNOUNCEMENT AFRTS C-Band Reception in Diego Garcia The Defense Media Activity ( DMA) is seeking authorized sources to provide downlink of the SATNET signal from the Atlantic Ocean Region (AOR) INTELSAT satellite (currently IS-10-02 at 359 deg) and any follow-on international satellite serving Diego Garcia, BIOT under separate ongoing contract(s). The government provides a multiplexed standard definition (SD) and high definition (HD) multiple channel per carrier (MCPC) uplink signal that conforms to the Digital Video Broadcast-S second-generation (DVB-S2) standard; eight to twelve video channels with associated stereo audio; eight stereo audio music channels; six monophonic audio radio news/sports channels; one each 1.544 Mbps (T-1), 128-Kbps, 64-Kbps, and 9.6 Kbps data channels. The contractor provides a primary downlink with fully redundant electronics, and L-band connectivity of this signal to the government provided decoder(s) in the DMA AFN Broadcasting Detachment, Diego Garcia. CONTRACTING OFFICE ADDRESS: DMA Contracting Office - East 6700 Taylor Avenue Fort Meade, MD 20755 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The Defense Media Activity AFN-Diego Garcia (DMA/AFN-Diego Garcia) is seeking a one year contract with four option years commencing 18 August 2018 to 17 August 2019 leased video/audio/data downlink and connectivity satellite service in support of the American Forces Radio and Television Service (AFRTS) satellite network (SATNET) service. The primary purpose of this service is to provide downlink of the SATNET signal from the Atlantic Ocean Region (AOR) INTELSAT satellite (currently IS-10-02 at 359 deg) and any follow-on international satellite serving Diego Garcia, BlOT under separate ongoing contract(s). The government provides a multiplexed standard definition (SD) and high definition (HD) multiple channel per carrier (MCPC) uplink signal that conforms to the Digital Video Broadcast-S second-generation (DVB-S2) standard; eight to twelve video channels with associated stereo audio; eight stereo audio music channels; six monophonic audio radio news/sports channels; one each 1.544 Mbps (T-1), 128-Kbps, 64-Kbps, and 9.6 Kbps data channels. The contractor provides a primary downlink with fully redundant electronics, and L-band connectivity of this signal to the government provided decoder(s) in the DMA/AFN Broadcasting Detachment, Diego Garcia. This service is required 24 hours a day, 7 days per week, continuous. The contractor shall manage, operate and maintain the services end-to-end (downlink and connectivity from downlink to DMA/AFN-Diego Garcia). DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: Contract Type: Firm Fixed-Price Incumbent and their size: Sure (Diego Garcia) Limited (Sure LTD.) Method of previous acquisition: Sole Sourced Provide Brief description of the current program/effort: Satellite reception service required for Defense Media Activity (DMA)/AFN-Diego Garcia, the AFRTS TV and radio station for Naval Support Facility Diego Garcia, a part of the British Indian Ocean Territory List Anticipated Time Frame: 18 August 2018-17 August 2019 plus four option years List Place of Performance: Diego Garcia, BIOT REQUIRED CAPABILITIES: There is only one satellite which beams the full spectrum of AFRTS programs in the Diego Garcia region: Intelsat IS-1002. A large, complex, and expensive, 11-meter satellite antenna is required to receive the signals. SPECIAL REQUIREMENTS: Vendor must have certification of rights granted by the British Government, to provide commercial communications for the island of DG. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517410, with the corresponding size standard of $38.5 million. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DMA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: •1) Business name and address; •2) Name of company representative and their business title; •3) Type of Small Business; •4) Cage Code; •5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) •6) OEM certification that vendor is a Manufacturer Authorized Channel Partner with either Premier, Silver or Gold status as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Vendors who wish to respond to this should send responses via email NLT 25 JUL 2018, 1 PM Eastern Standared Time (EST) to shadonna.d.minnis.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4b35768dd57b558b6f656be4781ec917)
 
Record
SN04996599-W 20180720/180718230842-4b35768dd57b558b6f656be4781ec917 (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  © 1994-2020, Loren Data Corp.