SOURCES SOUGHT
10 -- Satellite-on-the-Move/Modular Network System
- Notice Date
- 8/19/2011
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK11T0064
- Response Due
- 8/29/2011
- Archive Date
- 10/28/2011
- Point of Contact
- Vicky Wei, 4073845389
- E-Mail Address
-
PEO STRI Acquisition Center
(guo.wei1@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT NOTICE Request for Information Title: Satellite-on-the-Move/Modular Network System Contract Vehicle: Small Business Set-aside, Firm Fixed Price Closing Date: 29 Aug 2011 (10 days after posting) Brief Summary: Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Orlando, Florida, has a requirement through Program Executive Office for Enterprise Information Systems (PEO EIS), Project Manager Defense Communications and Army Transmission Systems (PM DCATS), and Product Manager Defense Wide Transmission Systems (PM DWTS) to procure a portable, modular, baseband satellite communications system to be assessed by the U.S. Army Signal Center of Excellence (SIGCoE) as to utility and suitability. PROGRAM DESCRIPTION: The SIGCoE is the U.S. Army's proponent for communications and transmission systems. As such, it is responsible for identifying existing and emerging technologies that may be of use in support of the Army's various missions. The Battle Lab is charged with investigating and assessing systems and capabilities to identify those best suited to the unique needs of a mobile, deployed force. The purpose of this program is to procure a portable, modular satellite and Internet Protocol ( IP) network baseband communications systems on which the Battle Lab will conduct a Front End Analysis (FEA) of its ability to extend existing communications systems beyond the tactical edge and/or establish a communications network where none exists for both mounted and dismounted troops. The data obtained from this FEA will be used to complete a full Doctrine, Organization, Training, Materiel, Leadership and Education, Personnel, and Facilities (DOTMLPF) assessment to support future acquisition decisions. BACKGROUND: The contractor shall deliver a portable, modular, satellite and IP network baseband communications system leveraging Commercial-Off-The-Shelf (COTS) technology. The contractor shall include the following functionality: 1.Basic Characteristics: On-the-move and at-the-halt tiered system including vehicular-mounted, Company Command Post (CCP), and dismounted solutions. Ability to support military operations across the full spectrum, within and outside of the Continental United States (CONUS and OCONUS), to include - but not limited to: Hawaii, Alaska, Korea, Guam, Kuwait, Iraq, and Afghanistan. 2.Functionality: Voice Over Internet Protocol (VOIP), data, and video communication capabilities to network classifications through Top Secret. Ability to operate simultaneously in secure and non-secure modes. 3.System Compatibilities: Seamless operation within the Warfighter Information Network - Tactical (WIN-T), and Brigade to Future Networks (BFN) architectures within the Joint Enroute Mission Planning and Rehearsal System (JEMPRS) using Cisco and/or other WIN-T- compatible protocols. The system's embedded MODEM shall be backward compatible and fully interoperable with the current WIN-T INC-1A integrated MODEM. The Original Equipment Manufacturer (OEM) must certify the MODEM is embedded and a non-developmental item (NDI). The system shall be of common architecture and scalable and configurable for mission-specific requirements without reconfiguration of the base system. The system shall operate effectively in ambient temperatures ranging from -13 to 140 degrees Farenheit. 4.Size, Weight, and Power (SWaP) Constraints: The system shall not exceed 55 pounds in weight and must fit a military transit case not larger than 23"x18"x11in. The combined battery and power conditioning systems shall not exceed 14 pounds of the total system's maximum weight. The vehicular-mounted solution shall fit into a standard SINCGARS rack (15.5"x12.5"). The dismounted solution shall fit into a backpack or small, one-man-carry transit case. The system shall include both Alternating and Direct Current (AC and DC) and have an integrated, uninterrupted power supply (UPS), able to power the system for at least two (2) hours in the fully-operational state. The system shall support alternative energy sources (e.g. solar, fuel cell, vehicular, generator, etc.). When drawing vehicular power, the draw shall not exceed 300 Watts. 5.Support and Delivery: The contractor shall deliver the entire system with full original equipment manufacturer's operating and instructional documents within thirty (30) calendar days of contract award.The contractor shall provide on-site training and Subject Matter Expert (SMEs) support co-incident with delivery. SMEs shall possess appropriate clearance to work in classified computing environments and expertise in the integration of the system(s) into an existing, SIPRNET network configuration. This is NOT a request for proposals. This announcement is for planning purposes only. In order to determine the extent of industry interest and experience in this requirement. Only prime contractors who are interested in producing/providing this deliverable should respond to this Sources Sought Notice/Request for Information and shall describe their qualifications in the following areas in five (5) pages or less: 1.Current and past experience with delivery, installation, and assessment of secure/non-secure modular, baseband satellite communications systems that are both backward- and forward-compatible with standard U.S. Army and Department of Defense architecture communication systems. 2.Personnel experience/qualifications in support of the effort as described above. Please do not include resumes. ACQUISITION APPROACH: The Government anticipates a Firm Fixed Price (FFP) contract award. The period of performance will be for one year from contract award. The U.S. Government will make the award determination based on the following evaluation criteria: Lowest Price and Technically Acceptable. The formal solicitation may be issued at a later date by a separate announcement. The North American Industrial Classification System (NAICS) code is 517410, which has a small business employee size standard of $15 M. QUANTITIES: The Government plans to purchase one system. RESPONSES REQUESTED: Contractors desiring to be considered for this opportunity are requested to respond to this Sources Sought Notice/Request for Information by the closing date above to the Contracts POC listed below. DISCLAIMER: This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. The Government does not intend to award a contract based on responses under Source Sought Notice/Request for Information nor otherwise pay for preparing any information sent or the Government's use of the information. The U.S. Government will not pay for any comments provided and will not recognize any costs associated with submission of comments. Any proprietary information should be so marked. Interested organizations presenting a capability statement in response to this Sources Sought Notice/Request for Information must identify their size status. Contracts POC: Ms Vicky Wei (407) 384-5389, guo.wei1@us.army.mil Technical POC: Lauren Cooke-Farrow (407) 384-5564, lauren.cookefarrow@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK11T0064/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02541420-W 20110821/110819234917-a4bb1d86d6754e4666568cd842c57c97 (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 |