Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2022 SAM #7541
SPECIAL NOTICE

R -- DRAFT RFP Global Broadcast Service (GBS) AN/TRS-11 Transportable Ground Receive Suite (TGRS) Production and Sustainment

Notice Date
7/22/2022 2:29:00 PM
 
Notice Type
Special Notice
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
FA8823 SUSTAINMENT PKL PETERSON AFB CO 80914-2900 USA
 
ZIP Code
80914-2900
 
Solicitation Number
FA882322R0005
 
Response Due
8/12/2022 3:00:00 PM
 
Point of Contact
Kimberly S. McGough, Phone: 7195562919, Fax: 7195569464, Sean O'Hara, Phone: 7195566224, Fax: 7195569464
 
E-Mail Address
kimberly.mcgough@spaceforce.af.mil, sean.ohara.6@spaceforce.mil
(kimberly.mcgough@spaceforce.af.mil, sean.ohara.6@spaceforce.mil)
 
Description
DRAFT RFP is uploaded with this beta.SAM posting.� For a copy of the Technical Data on a CD please submit a written request via e-mail to Mike Romero at michael.romero.8@spaceforce.mil, Bryan Townsend at bryan.townsend.6@spaceforce.mil, and�MSgt George Curl at george.curl@spaceforce.mil.� A copy of complete and formatted Sections L and M are also uploaded for easier review by Industry.� � 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: Special Notice 4.� Solicitation Number: FA8823-22-R-0005 5.� Date Posted: 22 Jul 2022 6.� Title: Global Broadcast Service (GBS) Transportable Ground Receive Suite (TGRS) Production and Sustainment 7.� Classification Code: R � Support - Professional: Engineering/Technical (PSC R425) 8.� NAICS Code: 517810 9.� Is this a Recovery and Reinvestment Act Action? No 10.� Response Date: 12 Aug 2022 11.� Primary Point of Contact: Kimberly McGough, (719) 556-2919, kimberly.mcgough@spaceforce.mil 12.� Secondary Point of Contact: N/A 13.� 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); the Government procured the Level III Technical Data Package (TDP) from the previous contractor. This data package will be part of a bidder�s library to support companies that submit proposals in response to a future Government request. The following TDP information, which will be provided by the government to bidders, includes the following: All part lists All integration and assembly procedures Drawing and specification tree Bill of Materials � including the product description, part number, quantity required per assembly and, if a directed source of supply, the vendor's name.�� The BOM does not include material prices, or names of vendors when multiple vendors can satisfy the requirement. All engineering drawings [1] Assembly drawings and procedures Interconnect diagrams Rack drawings Cable drawings Test and support equipment and tools [2] � all test equipment and tools required to produce the current TGRS configuration will be listed in the Acceptance Test Procedure (ATP) and Production Acceptance Test (PAT) procedure. Emulation software � all emulator test software will be identified in the ATP and PAT procedure. Written ATP version (soft copy) Current Technical Order source file The Technical Order (TO) source files, which are estimated to comprise one (1) Book Level File, 120 Work Packages, 245 Frame Files and 892 Art Files, provide detailed information supporting the maintenance and operation of the AN/TSR-11 (TGRS) system including troubleshooting and fault isolation reflecting the approved provisioning concept and documentation for the current technical baseline.� When delivered, the TO can be printed in its entirety from the Book Level .pdf file.� If modifications are made to a sub-file(s), an experienced Technical Writer will be needed to create an updated Book Level File to reflect the changes/edits and enable printing of the TO. The following software, or functionally equivalent is required to manipulate and edit the TO: Adobe Illustrator 2021 Adobe Framemaker 12 Adobe Photoshop Adobe Distiller Microsoft Visio Microsoft Art/Paint The following software, or functionally equivalent is required to manipulate and edit the TDP: PTC Creo 7.0 (CAD) Microsoft Word Microsoft Excel Microsoft Visio The following documents have not been generated for the TGRS Equipment Suite and therefore the documents are not available as part of the TDP. Depot level test, troubleshooting, and repair procedures - The program ATP and PAT are used to support product repairs. Production repair acceptance procedures - The production ATP and PAT are used to support product repairs. Emulator TPS/Version - All test software and the applicable revision level are identified in the ATP and PAT procedure. The previous TGRS Production and Sustainment contract included system and parts production, program management, engineering, logistics support, studies and integration, obsolescence management, system repair, etc.�� � The United States Space Force (USSF), Space Systems Command, Product Support Enterprise Directorate, MILSATCOM Operations Support and Sustainment Division (SSC/ECPM) is posting a DRAFT Request For Proposal (RFP) to Industry for purposes of requesting comments from Industry to the DRAFT RFP.� On or about 23 Sep 2022 the government will issue a Final RFP for the TGRS effort.� The Government intends to award a contract for a Base Year period of 12 months, �four 12 month Option Year periods, and one six month Option period. If all options are exercised, the Government estimates the period of performance will be from December 2022 through November 2027. Please note that production quantity requirements for the AN/TSR-11 are unknown and may fluctuate. The Government does not guarantee any production orders on this contract. 14.� System Requirements: New AN/TSR-11 systems produced and sold shall be identical to the system design in the TDP (other than Government approved changes). The system shall meet the following requirements: Certified by Space Operation Command (SpOC) Delta 8 SATCOM Directorate (formerly known as United States Army Space Operations Battalion and �Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT)) to operate over WGS Ka-band and be capable of operating over commercial Ku-band satellites Operationally accepted of system capability changes will be accomplished by SpOC (formerly Head Quarters Air Force Space Command (AFSPC)) 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 Additional system and contract requirements can be found in the attached draft PWS. Please note this PWS is draft and subject to change prior to the Government requesting proposals. 15.� Design Drawings for Manufacturing/Technical Data Support: As part of the intended contract, the Government will require unlimited data rights for the system�s technical data package. The tech data package shall be compliant with Military Standard (MIL-STD)-31000A, 12 December 2017, Technical Data Packages. The contractor shall update the data items listed in paragraph 13 as required after Government approved changes. 16.� Instructions: Interested parties are invited to submit comments and questions to the Government regarding the DRAFT RFP by 12 Aug 2022 to kimberly.mcgough@spaceforce.mil. Oral communications are not acceptable. Responses from small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) are highly encouraged. The applicable North American Industry Classification System (NAICS) code is 517810 with a size standard of $35 M average annual receipt. The Government anticipates participation from its Federally Funded Research and Development Center (FFRDC), currently Aerospace, Systems Engineering and Integration (SE&I) currently Linquest and Booze Allen Hamilton, Systems Engineering and Technical Assistance (SETA), none assigned at this time, and Advisory and Assistance Services (A&AS) 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. 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 Brian V. Ucciardi, at brian.ucciardi.1@spaceforce.mil, and/or (310) 653-1785. 17.� Place of Contract Performance: Determined by contractor. 18.� Set Aside: N/A 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: DRAFT TGRS Production & Sustainment Performance Work RFP Package 23.� Is this package (attachment) sensitive/secure? No
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3f81ddd71d94be39f7446754b2ec0bf/view)
 
Place of Performance
Address: Colorado Springs, CO 80914, USA
Zip Code: 80914
Country: USA
 
Record
SN06398758-F 20220724/220722230110 (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.