Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2025 SAM #8487
SOURCES SOUGHT

A -- Sources Sought Request for Information (RFI) for Protected Tactical Enterprise Service (PTES) Joint Hub Hardware Spares

Notice Date
2/19/2025 4:03:00 PM
 
Notice Type
Sources Sought
 
NAICS
517810 —
 
Contracting Office
FA8807 MIL COMM AND PNT SSC/CGK EL SEGUNDO CA 90245-2808 USA
 
ZIP Code
90245-2808
 
Solicitation Number
FA8807-PTESJHS-RFI-001
 
Response Due
3/7/2025 5:00:00 PM
 
Archive Date
03/22/2025
 
Point of Contact
Scott Lucas, Archie Green
 
E-Mail Address
scott.lucas.1@spaceforce.mil, archie.green.1@spaceforce.mil
(scott.lucas.1@spaceforce.mil, archie.green.1@spaceforce.mil)
 
Description
Background The global threat of electronic warfare attacks against space systems will expand in the coming years in both number and types of weapons. Threat development will include a focus on jamming capabilities against military satellite communications (SATCOM). To address this critical threat, the U.S. Space Force (USSF) is developing the Protected Tactical Enterprise Service (PTES) ground system to provide worldwide, anti-jam, low probability of intercept communications for tactical warfighters via the Protected Tactical Waveform (PTW). The PTES Program is managed by USSF Space Systems Command�s (SSC) Military Communications and Positioning, Navigation, and Timing Program Executive Office (SSC/CG) to provide the enabling joint ground system for large-scale PTW operations. The PTES system includes a Mission Management System (MMS), Key Management System (KMS), and Joint Hub (JH) to enable transponded PTW over SATCOM. The JH is unmanned computing and communications hardware located at a SATCOM Teleport that provides the PTW signal processing, reach-back network connectivity, and near real-time networked control to direct the connected terminals. Each JH requires site surveys, equipment purchases (modems, End Cryptographic Unit, etc.), equipment installation, and equipment testing. Production-representative PTW modems for user terminals were developed by the Protected Tactical Service Field Demonstration and will be separately acquired by each Service and by international partners. The Navy Wideband Anti-Jam Modem System, the Air Force-Army Anti-Jam Modem, and other stakeholders rely on PTES to provide PTW ground infrastructure. The PTES system is currently in development by the Boeing Company (Boeing) and still requires test and evaluation of the full system and its segments. Initial Operating Capability will be achieved through JH installation at two Wideband Global System (WGS) teleports at separate locations, which utilize one WGS satellite, in addition to nominal operations using the MMS and KMS. Full Operational Capability will provide worldwide PTW operations using JHs installed in at least eight different WGS teleports and utilizing ten WGS satellites. Description The objective of this RFI is to seek responses from interested parties that are capable of providing JH hardware spares to the PTES Program. The PTES JH is one of four major subsystems that comprise the PTES system. The JHs will be deployed at SATCOM Gateway sites and provide connectivity between user terminals via the Protected Tactical Waveform. The JH installs into existing Teleport or Gateway sites and leverages existing antennas and SATCOM infrastructure. The Government completed initial analysis on identifying the required JH hardware spares to meet the PTES Capability Development Document (CDD) Key Performance Parameter (KPP) Requirements for Operational Availability and Materiel Availability. These KPPs can be met by providing spare parts at each site that can be used to immediately replace faulty JH hardware. Thus, JH hardware spares are a requirement for Full Operational Capability of the PTES system. There are two categories of Full Operational Capability spare parts. The first is organic (Level 1) spare parts which will be prepositioned at the JH locations. The second category is parts that require depot level expertise (Level 2 maintenance) to troubleshoot and install. Depot spare parts and some replacement (Level 1) spare parts would be stored at a central location. Level 2 parts support may require collaboration and coordination with an Interim Contractor Support provider, who will require access to these parts for site installation. In addition, the JH design includes custom parts and will need to be procured directly from the identified development contractor. UPON REQUEST, the Government will provide an equipment list for JH hardware spares to interested parties. NOTE: Due to document markings, please self-validate that your company is a Department of Defense (DoD) Contractor as part of the access request. As part of your self-validation, please include a contract number awarded to your company. This RFI specifically requests capability statements from interested parties on the expected cost, schedule, and required effort associated with the PTES JH hardware spares procurement detailed herein. The Government may or may not compete or award this requirement. Responses to this RFI will be considered as Market Research in accordance with FAR Part 10 to inform the Government�s procurement strategy. Additional market research may or may not be conducted. Responses from small businesses and small disadvantaged businesses are highly encouraged. The NAICS code for this acquisition is 517810 and the size standard is $40,000,000. Requested Information Please provide responses to the following: Your company�s ability and experience (e.g. existing relationships, contracts, technical knowledge) to source the identified equipment to meet the JH hardware spares list. Your company�s procurement process and timelines to procure and deliver the identified equipment on the JH hardware spares list. An estimated price to deliver the identified equipment on the JH hardware spares list. Your company�s ability and experience to provide supply support, inventory management, spares storage, and spares repair/replenishment. Request for Information Submission Details and Instructions Response Format � Responses shall be submitted as a white paper in PDF or Microsoft Word for Office 2007 or later compatible format, supplemented with Microsoft Word, Excel, PowerPoint, PDF, or JPG attachments as necessary. Responses shall be prepared so that when printed, they meet the following requirements: 8.5x11 inch paper, single-spaced typed lines, 1 inch margins, 12 point Times New Roman font. Tables may use 10-point font. Graphics or pictures are not allowed. Illustrations such as tables, flowcharts, organizational charts, process charts or other similar type informational charts may be used. Respondents are responsible for ensuring the legibility of all tables, charts, etc., and should assume that when their response is printed or copied, it will be done in black and white. The Government will not accept company literature or marketing materials in response to this notice. Verbal responses will not be accepted. Response Classification � All material provided in response to this notice shall be UNCLASSIFIED, non-confidential, and non-proprietary to the maximum extent practicable. Firms providing confidential/proprietary information shall separately and clearly identify and mark all confidential/proprietary information. The Government will take all necessary steps to protect/safeguard any confidential/proprietary information not clearly marked. The Government shall NOT be held liable for any damages incurred if proprietary information is not properly identified. Please be advised that all submissions become Government property and will not be returned. Any submission in response to this RFI is strictly voluntary. This Sources Sought RFI is not a request for competitive proposals. Information furnished shall include enough detailed documentation to allow the Government to perform a proper evaluation. A determination by the Government to compete these proposed requirements based on responses to this notice is solely within the discretion of the Government. Information received in response to this request will be considered solely for the purpose of determining whether to conduct a competitive procurement from qualified sources without substantial duplication of costs or delay to the Government. 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 requests that responses to the RFI be emailed to the point of contacts listed below with files saved using the following format: �[CompanyName]_PTES_JH RFI_Response_[dd.mm.yy]�. All submissions shall include company name and point of contact information including name, position, telephone number, and email address. Any questions related to the RFI should be directed to the POCs listed below. Submittal POCs � Responses shall be submitted electronically. Unclassified submittals shall be submitted to Scott Lucas, Contracting Officer, at scott.lucas.1@spaceforce.mil. Submittal Due Date � Responses are due by 5:00 PM (Pacific Time) on 07 March 2025. Questions and Communications � All questions and communications associated with this RFI shall be submitted in writing to Scott Lucas, Contracting Officer, at scott.lucas.1@spaceforce.mil. Disclaimers THIS IS A REQUEST FOR INFORMATION ONLY. This notice is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is not, at this time, seeking proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. The Government will not assume liability for costs incurred by any attendee for travel expenses or marketing efforts. All costs associated with responding to this notice will be solely at the responding party's expense. Proprietary information, if any, should be kept to a minimum and shall be clearly marked. Please be advised that all submissions become Government property and will not be returned. In order to review RFI response, proprietary information may be given to Federally Funded Research and Development Center (FFRDC) and/or Advisory and Assistance Services (A&AS) contractors working for the Government. Non-government support contractors listed below may be involved in the review of any responses submitted. These may include but are not limited to: The Aerospace Corporation (FFRDC), MITRE (FFRDC), Linquest Corporation, (SE&I), Booz Allen Hamilton (A&AS), and their subcontractors.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1a1d435e3a794909a1f172f5395ab765/view)
 
Place of Performance
Address: El Segundo, CA 90245, USA
Zip Code: 90245
Country: USA
 
Record
SN07347259-F 20250221/250219230038 (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.