Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2020 SAM #6618
SOURCES SOUGHT

58 -- Global Broadcast Service (GBS) Transportable Ground Receive Suite (TGRS) Production

Notice Date
1/10/2020 12:43:36 PM
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
FA2590 SMC IN SUP OF NC3 SMC PKL PETERSON AFB CO 80914 USA
 
ZIP Code
80914
 
Solicitation Number
FA8823-20-R-0008
 
Response Due
1/31/2020 8:59:00 AM
 
Archive Date
02/15/2020
 
Point of Contact
Amy Grevel, Phone: 719-556-3185, Richard Williams, Phone: 719-556-2909
 
E-Mail Address
amy.grevel@us.af.mil, richard.williams.8@us.af.mil
(amy.grevel@us.af.mil, richard.williams.8@us.af.mil)
 
Description
DESCRIPTION: The current TGRS is a receive-only, tactical terminal used to receive high volume video, data, and file broadcasts. The TGRS consists of a receive-only antenna and a Receive Broadcast Manager (RBM). The RBM includes networking, processing, and viewing equipment - configured in two transit cases, one for classified and one for unclassified content. The TGRS components are commercial-off-the-shelf (COTS); however, the transit case design, including equipment trays, are proprietary to General Dynamics Mission Systems.� � The current TGRS Production and Sustainment contract includes system and parts production, program management and engineering, logistics support, studies and integration, obsolescence management, system repair, training, etc.�� The United States Air Force (USAF), Space and Missile Systems Center, Military Satellite Communications Systems Directorate, Logistics and Operations Support Division (SMC/ECPM) is seeking sources to replace the current GBS TGRS contract with General Dynamics, scheduled to end in August 2020. The Government intends to award a contract for a base period of one year with four one-year options. If all options are exercised, the Government estimates the period of performance will be from August 2020 through August 2025. SYSTEM REQUIREMENTS: Certified by United States Army Space Operations Battalion (formerly known as the �Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT)) to operate over WGS Ka-band and capable of operating over commercial Ku-band satellites Operationally accepted by U.S. Space Force (USSF) Antenna cross section not to exceed 1 meter and configurable to operate over either military Ka-band (20.2-21.2 GHz) or commercial Ku-band (10.5-13.5 GHz) using one or more interchangeable feed horn and amplifier assemblies to handle polarization and frequency across the bands Capable of receiving, by a receive-only antenna, up to 45 megabits per second (Mbps) SATCOM broadcast and automatically reacquiring the satellite downlink in less than 5 minutes after loss due to satellite beam repositioning Capable of receiving a minimum of two simultaneous satellite transponder broadcasts Capable of receiving the GBS broadcast Digital Video Broadcasting over Satellite Next Generation (DVB-S2) waveform and down-converting the signal through the antenna assembly and demodulated to multicast network data by a DVB-S2 modem Capable of receiving/processing unclassified and classified video and file traffic; and compatible with the KG-250 series of High Assurance Internet Protocol Encryptor (HAIPE) devices Capable of pushing unclassified/classified videos and files to local area networks (LANs) for distribution to GBS end users. Capable of �reach back� through out-of-band communications (e.g., alternative SATCOM, terrestrial Internet protocol [IP] network, etc.) to automatically provide receive suite status and the ability to request re-broadcast and/or request broadcast of new video/data products Scalable in number of compartmented or above US Secret physically separated security enclaves Scalable in number of unclassified and classified video channels concurrently received Adequate internal storage capacity to support long-term data/video processing and archival Includes methods and/or components permitting reliable operations within extreme environments to include temperature, solar loading, humidity, or wind loading DESIGN�DRAWINGS�FOR�MANUFACTURING/TECHNICAL�DATA�SUPPORT: As part of the intended contract, the Government may require unlimited data rights for the system�s technical data package. If required, the tech data package would have to be compliant with Military Standard (MIL-STD)-31000A, 12 December 2017, Technical Data Packages. This could include system drawings, schematic diagrams, maintenance/user guides, training material, software/firmware products, etc. � INSTRUCTIONS: Interested parties are invited to submit an unclassified Statement of Capability (SOC) by 10 January 2020 that addresses the ability to satisfy the above requirements to Amy Grevel at amy.grevel@us.af.mil, and Richard Williams at richard.williams.8@us.af.mil. Oral communications are not acceptable. All responses must conform to 8.5 x 11-inch pages, font no smaller than 12-point, and a maximum of 21 pages. The SOC must include the following information: 1) Company name, cage code, mailing address, points of contact, telephone numbers and email addresses; 2) Business size classification (large, small, or other); 3) Experience and specific work previously performed within the past 10 years that is relevant to this effort. 4) Demonstrate the contractor has proven system knowledge and capability to provide a receive suite, parts, and support to meet the listed requirements. All responsible sources may submit a SOC, which will be considered.� Responses from all categories of small business are highly encouraged. The applicable North American Industry Classification System (NAICS) code is 517919 with a size standard of $35M annually. If your company is interested only in subcontracting possibilities, please indicate this clearly in your SOC submission. The Government anticipates participation from its federally funded research and development center (FFRDC - currently Aerospace Corporation), systems engineering and integration (SE&I - currently Booz Allen Hamilton), and systems engineering and technical assistance (SETA - none assigned at this time) contractors during the analysis of SOCs received in response to this synopsis. These contractors will have a confidentiality/non-disclosure agreement prior to analysis of SOCs. All data received in response to this synopsis and marked or designated as �corporate� or �proprietary� information will be fully protected from release outside the government except for the FFRDC, SE&I, and SETA contractors supporting SMC/ECPM. Any information submitted in response to this synopsis is strictly voluntary. This synopsis is for information and planning purposes only; it does not constitute a request for proposal. Information herein 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 submission of a SOC. The Government will use any information received for planning purposes in support of market research and to improve the understanding of industry capabilities in response to the SOC. An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is Colonel Trent Tuthill, SMC/PK, (310) 653-1786.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/546b5ce6f69543c3ba1d0343befd4adc/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05532246-F 20200112/200110230130 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.