Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2024 SAM #8221
SOURCES SOUGHT

99 -- Satellite Communications (SATCOM) Engineering Support (SCES)

Notice Date
5/29/2024 10:54:54 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
IT CONTRACTING DIVISION - PL83 SCOTT AFB IL 62225-5406 USA
 
ZIP Code
62225-5406
 
Solicitation Number
832469536
 
Response Due
6/12/2024 1:00:00 PM
 
Archive Date
06/27/2024
 
Point of Contact
Rachel Tate, Phone: 6184186113, Brooke Winkeler, Phone: 6184189405
 
E-Mail Address
rachel.r.tate.civ@mail.mil, brooke.n.winkeler.civ@mail.mil
(rachel.r.tate.civ@mail.mil, brooke.n.winkeler.civ@mail.mil)
 
Description
SOURCES SOUGHT NOTICE Tracking Number 832469536 � The Defense Information Systems Agency (DISA) is seeking sources for Satellite Communications (SATCOM) Engineering Support (SCES) for Program Executive Office for Transport (PEO-Transport). CONTRACTING OFFICE ADDRESS:� Defense Information Systems Agency DISA/DITCO-Scott/PS8313 2300 East Drive, Bldg. 3600 Scott AFB, IL �62225-5406 INTRODUCTION: This is a SOURCES SOUGHT NOTICE to determine the availability and technical capability of small businesses and large businesses (including the following subsets: Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses and Woman-Owned Small Businesses) to provide the required products and/or services. This Sources Sought Notice seeks information from potential sources to provide all aspects of systems engineering and testing support for programs within IE. �Focus areas include acquiring, developing, testing, fielding, and sustaining SATCOM and related programs end-user capabilities world-wide in support of the Department of Defense (DOD) and Government Agencies to globally extend the Defense Information Systems Network (DISN) using Military SATCOM (MILSATCOM), Commercial SATCOM (COMSATCOM), and other transport capabilities. Networking components include classified and unclassified network infrastructure in support of Net-Centric Satellite Communications (SATCOM) systems including the Mobile User Objective System (MUOS), Low and Medium Earth Orbit (LEO and MEO) satellite systems, and satellite ground terminals and distribution. The contemplated Period of Performance is a one-year base period with four, one-year option periods. The anticipated Place of Performance is Vendor Site / Fort George G. Meade / National Capital Region / with travel worldwide. DISCLAIMER: THIS SOURCES SOUGHT NOTICE 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 NOTICE.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE.� ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Current support efforts provide system engineering and technical support services both globally and regionally. The new requirement is intended to encompass portions of the below four (4) requirements. Contract Number: GS00Q-14-OADU-108 / HC1047-18-F-0017 Contract Vehicle: General Services Administration (GSA) One Acquisition Solution for Integrated Services (OASIS) (Unrestricted Pool 1) Incumbent and their size: Booz Allen Hamilton Inc. (large business) Method of previous acquisition: full and open competition Period of performance: April 1, 2018 � September 30, 2023 Bridge period of performance: October 1, 2023 � January 31, 2025 Contract Number: HC1028-20-F-6102 Contract Vehicle: Encore III large business Incumbent and their size: Booz Allen Hamilton Inc. (large business) Method of previous acquisition: full and open competition Period of Performance: December 20, 2019 � June 20, 2024 Contract Number: HC1028-20-F-0003 Contract Vehicle: GSA IT-70 Incumbent and their size: Competitive Range Solutions (small business) Method of previous acquisition: small business set-aside Period of Performance: October 15, 2019 � October 14, 2024 Contract Number: 47QFLA-19-D-0010 / 47QFLA20F0164 Contract Vehicle: GSA-awarded STINGRAY Single-award IDIQ Contract Incumbent and their size: Sigma Defense (large business) Method of previous acquisition: small business set-aside (GSA Assisted Acquisition) Period of Performance: July 10, 2020 � July 9, 2025 REQUIRED CAPABILITIES: Describe your experience providing systems engineering services to include: management and control systems, network switching/routing systems, Satellite communications Intermediate Frequency (IF) equipment (e.g modems), radio frequency (RF) switches, systems, hubs and narrowband/protected/wideband terminal engineering for a formal acquisition program of record.� Please address experience with SATCOM Gateways, Airborne Intelligence Surveillance and Reconnaissance Data Transport, end-to-end SATCOM architecture development and engineering, as well as SATCOM data controller, transport and electromagnetic interference resolution capabilities. Describe your experience with analyzing requirements, developing preliminary and final designs, developing and executing implementation plans for the areas identified in question one.� Also, describe your experience in maintaining configuration management databases for SATCOM transport systems in sustainment and/or preparing for technology refreshment and your experience in evaluating emerging, next generation SATCOM and related technologies for future program insertion. Describe your knowledge and capability in providing interoperability testing / collaboration with multiple agencies.� Also, describe your experience supporting rehearsal of concept drills. Describe your knowledge and capability towards ensuring integration, reliability, and interoperability for DISN/DoD Information Network, SATCOM, and tactical systems to meet customer requirements. Describe your experience in providing Tier III Support to include on-call support, troubleshooting, and operational issues. Within your responses to the above, ensure to provide sufficient information to demonstrate knowledge of SATCOM evolution plans for DoD and your ability to perform engineering assessments and make recommendations in support of DoD initiatives and program new starts to support operational and contingency efforts.� This should include contract numbers and narratives with dollars values and whether you were the prime contractor or a subcontractor. Requirement Task and Sub-Task Areas: Engineering Program Management ����������� Integration management Control Planning ����������� Task Order Management ����������� Meetings and Reviews ����������� Posting of Deliverables ����������� Data Rights Communications Engineering ����������� Requirements Analysis & Technical Consultation ����������� Preliminary Designs ����������� Final Designs ����������� Implementation Plans ����������� Tier III Engineering Support ����������� Circuit Engineering ����������� Configuration Management Updates ����������� Operations Support and Safety ����������� Business, Technical and Network Operations Readiness Support ����������� Systems Sustainment Engineering Communications Test and Evaluation ����������� Test and Evaluation ����������� Formal Testing and Certification ����������� Informal, Proof of Concept and Operational Testing ����������� Test Automation ����������� Lab Management SPECIAL REQUIREMENTS: Must be U.S. citizens and have a minimum of Secret security clearance. However, some personnel will have access to classified data and require Top Secret security clearance with Sensitive Compartmented Information (SCI) access to perform their duties. Must provide a facility to host the Government Furnished Equipment (GFE) used in support. Must have Top Secret Facility Clearance. Please provide current Facility Clearance level. SOURCES SOUGHT: � The North American Industry Classification System Code (NAICS) for this requirement is 541519, with the corresponding size standard of $30M. 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 FAR clause 52.219-14, Limitations on Subcontracting. To assist DISA in determining the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, provide information regarding any plans to use joint ventures (JVs) or partnering.� Please outline the company's areas of expertise and those of any proposed JV/partner who combined can meet the specific requirements contained in this notice. SUBMISSION DETAILS: Responses should include: Business name and address; Name of company representative and their business title; Small Business Socio-economic status (if small); CAGE Code; Vendor FCL Prime contract vehicles; to include ENCORE III, SETI, NIH CIO-SP4, NASA SEWP V, General Service Administration (GSA): OASIS, ALLIANT II, VETS II, STARS III, MAS (including applicable SIN(s), groups or pools), or any other Government Agency contract vehicle that allows for decentralized ordering.� (This information is for market research only and businesses with a valid cage that lack prime contract vehicles are still encouraged to respond to this notice.) Businesses who wish to respond must send a response via email NLT 4:00 PM Eastern Daylight Time (EDT) on June 12, 2024 to Brooke Winkeler at brooke.n.winkeler.civ@mail.mil and Rachel Tate at rachel.r.tate.civ@mail.mil. Interested businesses should submit a brief capabilities statement package addressing the specific questions above (no more than five pages) demonstrating the ability to perform the services listed under Required Capabilities.��� �� 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.� All submissions become Government property and will not be returned.� All government and contractor personnel reviewing submitted responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as pursuant to 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2f60d9ef895b4ab2ab73e1611b3c82d3/view)
 
Place of Performance
Address: Fort George G Meade, MD 20755, USA
Zip Code: 20755
Country: USA
 
Record
SN07080235-F 20240531/240529230100 (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.