SOURCES SOUGHT
D -- MARKET SURVEY for Satellite Service Support for Force XXI Battle Command Brigade and Below (FBCB2) Blue Force Tracking (BFT) Systems
- Notice Date
- 11/18/2008
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-09-R-B201
- Response Due
- 12/12/2008
- Archive Date
- 2/10/2009
- Point of Contact
- lauren.kiley, 732-532-0240<br />
- Small Business Set-Aside
- N/A
- Description
- The Program Manager (PM) FBCB2/BFT is conducting a market survey for resources required to provide engineering/test/hardware support for three Blue Force Tracking (BFT) Global Network Operations Centers (BGNs), as well as satellite services and additional hardware to support the world-wide BFT satellite network. These services and hardware shall be provided to the US Army, for use by any US government agency or military organization, NATO country/countries, or coalition partners that utilize FBCB2/BFT hardware/software. The period of performance for this effort is from date of award to continue through 31 December 2013 as a continuation of current efforts being performed by Comtech Mobile Datacom Corp (CMDC) under contract W15P7T-07-D-J402. Due to increased requirements, the ceiling for this contract will be achieved prior to the originally planned period of performance end date of December 2011. The Government may support this effort by executing a ceiling increase to the current contract as well as extending that contract by two years to effect a new period of performance end date of 31 December 2013. The estimated value of this new action is $617M. As a minimum, any interested Respondents must describe how they would meet the following requirements: a. The contractor assumes total responsibility to ensure all requirements are satisfied. b. Secret security clearances are required for all BGN personnel, as well as any other contractor or sub-contractor personnel providing direct support for the FBCB2/BFT Network. c. Comtech Hub equipment, or their operational equivalent, must continue to be used to allow the current FBCB2/BFT network to continue to operate without interruption. d. All contractor personnel must be able to obtain credit cards to support travel requirements. e. All employees under all labor categories must be eligible to deploy within CONUS to support any of the three BGNs or world-wide to provide any required support for the BFT Network Hubs. f. The contractor will be responsible to develop a plan that provides continuous support to the user. This plan will take into account training periods, emergencies, health related issues, and authorized time off. g. All labor categories proposed will be available to support any Program Management Office (PMO) requirement or customer authorized to utilize this contract. h. The contractor is responsible for managing the overall FBCB2/BFT Satellite Network. i. The contractor shall provide engineering services that encompass such actions as: 1. analyzing and developing network improvements. 2. designing special software and/or hardware to provide network upgrades or NOC upgrades and diagnostics, with the ability to provide both proactive and timely reactive responses to network anomalies. 3. crossing multiple functional areas (e.g. software, hardware, operations) to improve operational readiness. 4. provide training to designated BGN personnel to help operate/manage the FBCB2/BFT Network. 5. provide interface between FSRs and Operations Centers. 6. provide support for Joint Capability Requirement operational events. j. The contractor shall have the ability to support time sensitive requirements in support of critical wartime operations. k. The contractor shall establish a management team that supports the requirements depicted above. The team structure will identify responsibilities and organization leadership that supports all labor categories and customer requirements. l. The contractor shall develop performance based metrics tools that will be utilized/developed to support the requirements of this contract. m. The contractor will provide personnel knowledgeable in Network Management and Administration for both satellite and wired (e.g., LAN, WAN) networks. n. The contractor will be required to support surges in operational activities where requirements exceed the number of personnel on contract for short periods of time. The support strategy to support this surge requirement will be submitted for government review and approval. o. The contractor shall implement a training program that ensures all labor category requirements are met. p. The contractor shall establish a process to disseminate information to keep PMO personnel informed of changes, issues, and lessons learned. q. The contractor must provide all required support hardware, to include additional transceivers that are compatible with the existing world-wide FBCB2/BFT satellite network. The contractor must have the capability to provide repair services for the support hardware, and range pricing for the additional hardware for each year of this effort. The proposed contract action is anticipated to be awarded by December 2009. Respondents are requested to provide a detailed description and explanation of their capability to satisfy all of the above listed requirements in writing by the closing date of this market survey. The services description must include trained and qualified personnel, and the companys ability to manage a deployed staff of approximately 14 personnel, that may be located at Fort Monmouth, Fort Carson, and Fort Hood or at overseas locations. Please address all questions to Tom Denniston, via email. Respondents shall provide their written responses via email to tom.denniston@us.army.mil and to the IBOP.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d3a672dac73c1998197f6beb9db06ed2&tab=core&_cview=1)
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
- Zip Code: 07703-5008<br />
- Zip Code: 07703-5008<br />
- Record
- SN01706457-W 20081120/081118220809-d3a672dac73c1998197f6beb9db06ed2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |