SOURCES SOUGHT
C -- COMSATCOM Center Acquisition, Engineering and Programmatic Services - Performance Work Statement
- Notice Date
- 1/9/2012
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
- ZIP Code
- 20755-0549
- Solicitation Number
- COMSATCOM010912
- Archive Date
- 2/3/2012
- Point of Contact
- Michael D. Jackson, Phone: 3012254063, Victoria N. Carey, Phone: 3012254057
- E-Mail Address
-
michael.jackson2@disa.mil, victoria.carey@disa.mil
(michael.jackson2@disa.mil, victoria.carey@disa.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performacne WOrk Statement REQUIREMENT: COMSATCOM Center Acquisition, Engineering and Programmatic Services THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION IS AVAILABLE AT THIS TIME. The Defense Information systems Agency (DISA), Commercial Satellite Communication (COMSATCOM) is an essential component of the Department of Defense's (DoD) network-centric vision and one of the primary methods of communicating with deployed forces. The current capacity of on-orbit Military Satellite Communications (MILSATCOM) systems cannot meet the increasing communications demands of the deployed Warfighter thereby creating a shortfall of on-orbit capacity. To meet this shortfall and to satisfy operational requirements, the DoD acquires commercial satellite services. In fiscal year 2009, DoD spent approximately $1.4 billion on COMSATCOM services and equipment, acquiring more than 8.5 GHz of COMSATCOM bandwidth and 120 million minutes of mobile airtime. DISA's COMSATCOM Center oversees COMSATCOM acquisition activities under the direction of the Network Services directorate. As directed by DoD Policy, the DISA (COMSATCOM Center) is DoD's only authorized source for acquiring Fixed Satellite Services (FSS) and Mobile Satellite Services (MSS). The COMSATCOM Center also provides Enhanced Mobile Satellite Service (EMSS) managing over $600 million in operational/sustainment contracts, to include the operations and maintenance of the Department of Defense (DoD) Gateway in Wahiawa, Hawaii; satellite airtime accounts for DoD users, allied forces, high-priority and special users world-wide; a sophisticated product and equipment contract available to USG and other customers; a unique satellite and systems engineering project contract; and most recently the management of deployed support personnel in some of the world's most rigorous and taxing environments. The COMSATCOM Center also managed The Distributed Tactical Communications System (DTCS) research, development, test, and evaluation, fielding, and sustainment activities. To deliver the most cost-effective support to customer, the COMSATCOM Center researches communications and satellite technologies and current and future market trends for their impact and usage within the DoD. In performing its mission, the COMSATCOM Center provides acquisition oversight, program management, advocacy, planning and management of both FSS and MSS requirements and systems engineering, while also delivering operational capabilities and services to the Commander in Chief and the Warfighter. Additionally, the COMSATCOM Center ensures compliance with National and DoD space policy in areas such as Tracking, Telemetry & Control (TT&C) encryption, security controls for information systems, and voice and data communications. The COMSATCOM Center acts as an interface between the customer, the contracting organization, and the commercial satellite service providers. FSS and MSS requirements are funded by customers via the Defense Working Capital Fund (DWCF). The Life Cycle Management provided by COMSATCOM Center is funded by a surcharge when services are ordered. These COMSATCOM services include: •· Space segment resources such as full or partial transponder leases •· Antenna, terminal, and teleport services •· Managed services such as dynamically assigned bandwidth or IP over SATCOM services •· Operations and Maintenance (O&M) services for earth terminals •· Host Nation Approval (HNA) •· End-to-end turnkey solutions •· Special features such as portability or bandwidth management •· Expedited services for critical circumstances •· Airtime •· Equipment The COMSATCOM Center requires COMSATCOM industry specific, specialized functional expertise/skills to support acquisition and engineering activities, to include market research, strategy development, provisioning process implementation and optimization; systems engineering, design, Information Technology (IT) development and Information Assurance (IA), and business and financial analyses. This effort is currently under contract to Booz Allen Hamilton and FCI, with a Period of Performance ending in July 2012. BACKGROUND: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for the COMSATCOM Center Acquisition, Engineering and Programmatic Services. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government for forming a binding contract. This RFI is a request for interested parties to describe their technical capabilities and demonstrated experience with acquisition, program management, and support services including, commercial satellite communications industry business practices and processes, satellite network technologies, financial structure and pricing models expertise, systems engineering, and technical assistance. Subject matter experts are required to assist the government in planning and integrating, cost-effective acquisitions, the effective provisioning of services, integrated management of operations, and alignment of collateral programs. This acquisition will provide the critical expertise/skill sets necessary to accomplish the COMSATCOM Center mission. All interested contractors are requested to provide written response to the questions below. All small businesses to include Small Disadvantaged, HUBZone, and Women-Owned and Service Disabled are strongly encouraged to provide timely response to this Request for Information (RFI). Small businesses with teaming partners are encouraged to respond. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In additional, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages. Request industry provide and identify any GWAC or contract the believe the Government should consider for this acquisition. Please provide your contract number and the expiration date of said contract. Respondents shall classify their company using one or more (if applicable) of the following NAICS Codes: 541512 - Computer Systems Design Services - Size 541712 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) - 500 or fewer employees The Government contemplating a Firm Fixed Price (FFP) contract. The term of the resulting contract will be a Fice year period (base period plus four options years). NAICS CODE: 541330, 541611, 541990, or 541712 *Industry is HIGHLY encouraged to suggest other NAICS Code you believe works better for this requirement. REQUEST FOR CAPABILITES STATEMENT: Interested small businesses should provide a capability statement to address their ability and experience to perform the tasks associated with the requirement. Submission should be received by 1:00PM Eastern Standard Time, January 19 th, 2012 and should not exceed Five pages (one-sided), single spaced, 12-point type with at least a one-inch margin on an 8-1/2" X 11" inch paper. Cover letters and other extraneous materials is not required or requested. Responses should specifically describe the contractor's ability to meet the requirements outlined in the RFI. Please include the company's name, point of contact, address, phone number, DUNS number, CAGE Code, and Tax ID. You should also identify you business classification size (i.e Small Disadvantaged, HUBZone, and Women-Owned and Service Disabled ). Responses to the RFI must be submitted via e-mail to Victoria.Carey@DISA.mil, and Michael.Jackson2@DISA.mil NO HARD COPY or FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed: Victoria Carey Office: (301) 225-4057 Contract Specialist Email: Victoria.Carey@DISA.mil Michael D. Jackson Office : (301) 225-4063 Contracting Officer Email: Michael.Jackson2@DISA.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/COMSATCOM010912/listing.html)
- Place of Performance
- Address: 6916 Cooper Ave, Fort Meade, Maryland, 22755, United States
- Zip Code: 22755
- Zip Code: 22755
- Record
- SN02650818-W 20120111/120109234010-07e3d54d3f70ed6bb23e75dd20252f32 (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 |