Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOURCES SOUGHT

R -- Modeling and Simulation Tool Evolution

Notice Date
9/21/2023 8:19:37 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8823 SUSTAINMENT MCPNT SSC/PKL PETERSON AFB CO 80914-2900 USA
 
ZIP Code
80914-2900
 
Solicitation Number
FA8823-24-R-0001SS
 
Response Due
10/6/2023 2:00:00 PM
 
Archive Date
10/21/2023
 
Point of Contact
Janet Stinson, 2Lt Daniel Miller
 
E-Mail Address
janet.stinson.2@spaceforce.mil, daniel.miller.155@spaceforce.mil
(janet.stinson.2@spaceforce.mil, daniel.miller.155@spaceforce.mil)
 
Description
Small businesses are encouraged to respond. This Sources Sought is issued solely for informational and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This Sources Sought does not commit the Government to contract for any supply or service, whatsoever.� Further, SSC/CGM 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 responding to this Sources Sought.� Not responding to this Sources Sought does not preclude participation in any future RFP, if any is issued.� If a solicitation is released, it will be synopsized on the beta.SAM.gov website. It is the responsibility of the potential responders to monitor these sites for additional information pertaining to this requirement. U.S. Space Force, (USSF), Space Systems Command (SSC), Communication Guidance MILSATOM (SSC/CGM) requires contract support to provide sustainment capabilities for its Modeling and Simulation Tool (MST) software analysis tool that provides supportability assessments of communications annexes to Combatant Command (CCMD) Operations Plans (OPLAN) for the Mobile User Objective System (MUOS). MUOS is a dynamically allocated Wideband Code Division Multiple Access (WCDMA) MILSATCOM system. MST provides an evaluation framework for the Narrowband C-SSE to conduct WCDMA payload simulations, model networks (with user terminals, Radio Access Facilities, and satellites), simulate coverage and operations, and assess the performance of communications services. The MUOS Wideband Code Division Multiple Access (WCDMA) Modeling and Simulation Tool is the AOTR competency that shall provide users support to Enterprise SATCOM Management & Control (EM&C); users include but are not limited to the - SATCOM Integrated Operations Division (SIOD), Electro-magnetic Interference (EMI) Watch Office, and the Narrowband Consolidated SATCOM System Experts (NB C-SSE). These agencies perform functions as the Global Narrowband Watch Office (GNWO)�supporting outage and anomaly impact assessments, Regional SATCOM Support Centers (RSSC) supporting daily planning / aggregate planning analysis, and NBC-SSE staff positions supporting Electro-Magnetic Interference (EMI) Impact Analysis, Authorized Service Interruption (ASI) Analysis, Payload Management Analysis, Operational Plans (OPLAN) Analysis, Future Systems Analysis, and Plan to Actual Analysis. Figure 1. Depicts Conceptual Operational Diagram.. The successful candidate will maintain functional capabilities of the MST interface to serve as a cloud-based, multi-user, modeling and simulation tool for MUOS WCDMA Narrowband (NB) UHF Satellite Communications (SATCOM), capable of traffic load supportability assessments, by analysis of radio frequency, modulation techniques, and systems characteristics of Mobile User�Objective System (MUOS) Wideband Code Division Multiple Access (WCDMA). Interested parties are requested to respond to this Sources Sought with a white paper. Elaborate brochures or documentation, binding, detailed art work, or other embellishments are neither necessary nor desired.� White papers in Microsoft Word for Office 2000 or later compatible format.��Responses have no page limitations for Section 1, but shall be limited to three (3) pages, double sided, for Section 2.�Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.� To aid the Government, please segregate proprietary information.� Please be advised that all submissions become Government property and will not be returned.� Do not submit pricing information in response to this Sources Sought.��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cb592903be734bdd9bfa03fd5842c6c5/view)
 
Place of Performance
Address: CO 80914, USA
Zip Code: 80914
Country: USA
 
Record
SN06841384-F 20230923/230921230535 (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.