Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 21, 2021 SAM #7264
SOURCES SOUGHT

R -- INDUSTRY QUESTIONS RECEIVED OCT 2021 Ground Multi-band Terminal (GMT) Replacement �Gen-2�

Notice Date
10/19/2021 11:44:39 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA8823 SUSTAINMENT PKL PETERSON AFB CO 80914-2900 USA
 
ZIP Code
80914-2900
 
Solicitation Number
FA8823-GMT
 
Response Due
10/22/2021 3:00:00 PM
 
Archive Date
11/06/2021
 
Point of Contact
Kimberly S. McGough, Phone: 7195562919
 
E-Mail Address
kimberly.mcgough@spaceforce.mil
(kimberly.mcgough@spaceforce.mil)
 
Description
Posted 19 Oct 21 Industry Questions and Government Responses:� The government responses to Industry questions are uploaded as an Attachment to the synopsis, titled ""October 2021 Government Responses"". Posted 4 Oct 21 Industry Questions and Government�Responses:� The government responses to Industry questions are uploaded as an Attachment to the synopsis, titled ""Final Government Responses."" 1.� Agency/Office: United States Space Force (USSF) 2.� Contracting Office Location: Space Systems Command (SSC), 1050 East Stewart Ave, Peterson SFB, CO 80914 3.� Type: Sources Sought 4.� Solicitation Number: TBD 5.� Date Posted: 24 Sep 2021 6.� Title: Ground Multi-band Terminal (GMT) Replacement �Gen-2� 7.� Classification Code: R799 8.� NAICS Code: 334220 9.� Is this a Recovery and Reinvestment Act Action? No 10.� Response Date: �22 Oct 2021 11.� Primary Point of Contact: Kim McGough, USSF SSC/PKL, kimberly.mcgough@spaceforce.mil 12.� Secondary Point of Contact: N/A 13.� Description: The current AN/TSC-179 GMT is a tactical satellite terminal providing satellite communication capabilities for current and future Air Force and joint-service Command, Control, Communications, Computer, Intelligence, Surveillance, and Reconnaissance (C4ISR) networks. The GMT is an interoperable, deployable, dual-hub satellite communications (SATCOM) terminal capable of operating on four Super High Frequency (SHF) bands on both military (X-, Ka-) and commercial (C-, Ku-) satellites. The system includes a 2.4 meter Small Aperture Antenna (SAA), or �Hub 1�, as well as a 3.9 meter Quad-band Large Aperture Antenna (QLAA), or �Hub 2�. As a result of the Deactivation Memo signed by HQ USSF S3/6S in August 2020, end-of-life (EOL) was formally established for the GMT and QLAA effective end of FY26. Growing obsolescence issues on an aging system, the Department of Defense Chief Information Officer (DoD CIO) mandate gap of current design, and prohibitively high technical refresh costs will ultimately not permit continued sustainment of the GMT or QLAA beyond end of FY26. USAF MAJCOMs are procuring their own replacement terminal solution, but the GMT Program Office is responsible for acquiring terminals for three USSF units as tailored to their individual mission requirements. The USSF, SSC, Military Satellite Communications Operations Support and Sustainment Division (SSC/ECPM) is now seeking sources to offer replacement terminal solutions, utilizing a Wideband Global SATCOM (WGS) Certified and Commercial-Off-The-Shelf (COTS) terminal.� It is anticipated that 15 small aperture and 15 large aperture systems will be procured. The requirement for a replacement terminal or �Gen-2� GMT solution is needed for procurement and fielding NLT end of FY25 to ensure there is no gap in capability before system EOL. The Government intends to award a contract for the procurement and sustainment for two SATCOM terminal systems, one for each of the two listed sizes of antenna. 14.� Requirements: The small aperture antenna is expected to be approximately 2.4 meters in diameter. The large aperture antenna is expected to be approximately 3.8 meters to 4.0 meters in diameter. The attached �GMT Key Requirements� document defines the system performance parameters and attributes that must be met for each terminal. The attached �GMT Military Standards Requirements� spreadsheet defines the military standards that the system must meet. The terminal and antenna must both be COTS. The terminal and antenna must currently be certified for operation on the WGS satellite communications system. The system must include spare line replaceable units (LRUs) to address LRUs that are most likely to fail, preventing system operation. Ideally this should be determined via analysis of real world operational/failure data. Operations and maintenance manuals for the antenna and terminal must exist and have data rights available; technical orders and training materials/manuals are preferred, but will be generated from available manuals if required. Any known obsolescence or EOL issues must be provided. A description of how Diminishing Manufacturing Sources and Material Shortages (DMSMS) efforts are accomplished and the currently projected EOL for the system must be provided. The system must be stored and transported in ruggedized transport cases that meet the defined military standards. Weight information on the heaviest transport case must be provided. Information on ability to ship system via commercial air shipping. Information on operating requirements relating to terrain conditions/slope. Information on external user patch panels, interfaces, and protocols. Information on safety features to ensure the safety of the operators and others in the vicinity of the terminal or its antennas. Information on interfaces available for positive control of the terminal. Information on how supply chain risk management is performed, usage of trusted sources, and usage of the DoD Trusted Foundry Program for system components. Information on interface and distance for remote Control, Monitor, and Alarm operation. Information on warranty options and pricing must be provided. Information on Mean Time Between Failures (MTBF), Mean Time Between Critical Failures (MTBCF), and Mean Time to Repair (MTTR) for the system must be provided. Information on current usage by military services, the quantities that were procured, any potential National Stock Numbers (NSNs), any potential service-specific technical documents, and Cybersecurity documentation must be provided. Available paint color options must be provided and those options must adhere to SAE-AMS-STD-595. Information on potential training for operations and maintenance of the system must be provided. 15.� 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 MIL-STD-31000B, 31 October 2018, Technical Data Packages. This could include system drawings, schematic diagrams, maintenance/user guides, training material, software/firmware products, etc. Information on available Government Data Rights for the system must be provided. 16.� Instructions: Interested parties are invited to submit an electronic unclassified Statement of Capability (SOC) by 22 Oct 2021 that addresses the ability to satisfy the above requirements to Kim McGough at kimberly.mcgough@spaceforce.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-sided 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; and 5) Estimated schedule and rough cost estimate to achieve production capability 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 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing.� For the 334220 NAICS code for this effort the average employment of a firm must be 1,250 employees.� If your company is interested only in subcontracting possibilities, please indicate this clearly in your SOC submission. For each SOC submitted that meets the outlined Sources Sought requirements, the Government will offer those vendors an opportunity to demonstrate their terminal(s) in the required frequency range (Ku- Band) and with the correct aperture size at an unclassified user site located at 2510 Aviation Way, Suite 100, Colorado Springs, CO 80916. This demonstration will be performed outside and will be limited to no longer than six hours in total per system demonstration. The Government will halt any demonstration that goes beyond the six hour limit. Each vendor will be allowed up to three representatives to attend respective demonstration and all travel costs to perform demonstration will be at the vendor expense. No security clearance is required for this event. Vendors will be requested to demonstrate the following: -������������ Setup/teardown in a field environment -������������ Packing, storage, and transit (fitment into transit cases) -������������ Connection to power sources -������������ Peak/poll/acquire satellites -������������ Interface connections/wiring -������������ Modem configuration operations -������������ Feed horn replacement/swap (if required) -������������ Safety procedures -������������ Monitoring & control systems (laptop configuration) Those parties interested in coordinating a demonstration must add an attachment to their SOC stating the intent. This attachment must also conform to 8.5 x 11-inch pages, font no smaller than 12-point, and a maximum of 2-sided pages. The demonstration attachment must include the following information: 1)���������� Company name, points of contact, telephone numbers and email addresses; 2)���������� Plan (events/topics) or manual of the demonstration; 3) ����������Site power, grounding and other demonstration requirements; and 4)���������� Estimated time required and number of representatives required on-site All demonstration requests will be considered and coordinated through the GMT Program Office upon receipt. The GMT Program Manager, Brittany Lee, brittany.lee.2@spaceforce.mil, will contact provided vendor POCs for scheduling. The Government anticipates participation from its Federally Funded Research and Development Center (FFRDC - currently Aerospace), MILSATCOM Systems Engineering, Integration, and Test (MSEIT Contract), Systems Engineering and Integration (SE&I - currently MSEIT Contract), Systems Engineering and Technical Assistance (SETA - none assigned at this time), and Advisory and Assistance Services (A&AS - 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, SETA, and A&AS contractors supporting SSC/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 Lieutenant Colonel Michael Kennebrae, SSC/PK, 483 N. Aviation Blvd, Los Angeles AFB, CA 90245-2808, (310) 633-1785, michael.kennebrae@spaceforce.mil.� 17.� Place of Contract Performance: Determined by contractor. 18.� Set Aside: TBD 19.� Archiving Policy: Automatic � 15 days after the response date 20.� Allow Vendors to Add/Remove From Interested Vendors? Yes 21.� Allow Vendors to View Interested Vendors List? Yes 22.� Attachments: �GMT Key Requirements� spreadsheet �GMT Military Standards Requirements� spreadsheet 23.� Is this package (attachment) sensitive/secure? No
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b8a2ad7de612440da4c20746ea91d480/view)
 
Place of Performance
Address: Colorado Springs, CO 80914, USA
Zip Code: 80914
Country: USA
 
Record
SN06160604-F 20211021/211019230113 (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.