Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2012 FBO #3732
SOURCES SOUGHT

J -- Global Broadcast Service (GBS) Operations and Sustainment Contractor Logistics Support (CLS)

Notice Date
2/10/2012
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA8823_GBS-CLS
 
Point of Contact
Kimberly S. McGough, Phone: 7195562919, James D. Swartz, Phone: 7195560612
 
E-Mail Address
kimberly.mcgough@peterson.af.mil, james.swartz@peterson.af.mil
(kimberly.mcgough@peterson.af.mil, james.swartz@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of the Air Force, Space and Missile Systems Center (SMC), Space Logistics Directorate contracting branch (SMC/PKL) located at Peterson AFB in Colorado Springs, CO is contemplating a Cost-Plus-Fixed- Fee future requirement in support of the SMC MILSATCOM Systems Directorate, Logistics and Operations Support Division (SMC/MCL) located at Peterson AFB, CO. The Government is performing market research to understand the market’s capabilities for operating and sustaining the Global Broadcast Service (GBS). Based on market research the government will make a determination of qualified sources and will make its decision as to whether this requirement can be done in a competitive manner. The GBS operations and maintenance requirement is to: Operate and maintain the Norfolk, Virginia and Wahiawa, Hawaii GBS Satellite Broadcast Manager (SBM) capabilities and sites including a help desk function until their planned end-of life in May 2013. Planned help desk operational hours are 24x7x365 at Norfolk and day and evening hours at Wahiawa, with on-call O&M support 24x7x365. The operator shall also operate and maintain the Wahiawa, Hawaii Primary Injection Point (PIP) location until it is transitioned to the Teleport/Gateway contract in August 2013 and the Sigonella, Italy PIP location through the end-of-life (TBD) of the Ultra-High-Frequency Follow-On (UFO) satellite. The contractor shall be required to perform common fault isolation to the lowest possible Line Replaceable Unit (LRU) or hardware assembly by coordinating with the MILSATCOM GBS Sustainment Organization, SMC/MCL and the GBS original equipment manufacturer (OEM) or component vendor. Support for these efforts will include performance of daily site operations and organizational-level maintenance, developing and injecting of GBS broadcasts, providing help desk services, performing systems control, configuration management, engineering and integration tasks, maintaining an Information Assurance (IA) and security posture, and providing host base liaison and management support at the sites. The GBS sustainment requirement is to: provide sustainment and engineering support for the GBS SBM including hardware and software maintenance, Information Assurance (IA), and technical documentation updates until its planned end-of-life in May 2013; provide sustainment and engineering support for the Transportable Satellite Broadcast Manager (TSBM) including hardware and software maintenance, IA, and technical documentation updates until its planned end-of-life in April 2013; provide sustainment and engineering support for the AN/TSR-8, AN/TSR-9 and AN/TSR-10 GBS Receive Suites (RS)including hardware maintenance, IA, and technical documentation updates until system end-of-life planned for 2016. GBS software sustainment encompasses investigating and resolving problem reports to assist or provide the MILSATCOM operating field unit with applicable software imaging disks. Software code maintenance and anomaly resolution will be required and may be subject to OEM proprietary rights. Support for these efforts will include engineering, testing, and implementing upgrades using a Government-furnished System Integration and Test (SITL) hardware and software environment to maintain the current configuration baseline or to improve the system with new technology / modifications identified by the GBS Sustainment Program Office. Other requirements include system refurbishment/technical refreshment, configuration management, parts obsolescence mitigation, Technical Order/Manual updates and distribution, secure depot warehousing and logistics (to include shipping, receiving, and inventory storage/maintenance/control), and technical support to include common fault isolation techniques and systemic problem resolution. The contractor must be knowledgeable of, and experienced with, GBS SBM, PIP, TSBM, and RS Line Replaceable Units (LRUs) or similar Satellite Communications systems to include expertise in operations, maintenance and repair of CISCO routers, gateways and firewalls, the Iredeto Conditional Access Server, and KENCAST systems, High Power Amplifiers, Upconverters and other components common to Ka- and Ku-band satellite systems as well as Department of Defense Global Information Grid (GiG) networking and interface requirements. The contractor will be responsible for providing accurate logistics support information and reliability data to assist with reducing life cycle costs. The contractor must also have the export licensing permits required for the shipping of commercial and military parts to/from U.S. and overseas work locations. The place of performance for operations will be at the current SBM and PIP locations at Wahiawa, Hawaii, Norfolk, Virginia, and Sigonella, Italy while sustainment will be performed at a secured contractor facility within the continental United States (CONUS). Interested parties must submit an unclassified Statement of Capability (SOC) within 20 business days of this announcement demonstrating the following: 1.Operational capabilities and expertise needed to operate the three operational GBS SBM and PIP locations including the associated help desks at Wahiawa, Hawaii and Norfolk, Virginia within required operational metrics 2.Engineering capabilities for software and hardware sustainment, interoperability testing, and system certifications to comply with Government mandates and regulations 3.A capability to obtain a secured warehouse of approximately 3,000 sq ft for parts inventory (including Communications Security (COMSEC) Controlled Items (CCI) 4.Sufficient GBS RS equipment knowledge to provide help desk services and systemic fault isolation guidance to the MILSATCOM operational community and a capability to process and respond to repair requests (Incident Reports) submitted 5.Ability to obtain and report logistics and trending analysis 6.Sufficient administrative processes, databases, and know-how to process purchases/replacements/repairs for CONUS, OCONUS, and CCI controlled requests 7.Qualified/experienced operations and sustainment personnel with a Secret security clearance 8.A capability to provide a detailed expenditures tracking and approval system identifying all charges submitted to the government The SOC shall not exceed 30 one-sided pages in length. Response must be submitted by e-mail in electronic form in MS Word or PDF Format. All responses must conform to 8.5 by 11 inch pages, with font no smaller than 12 point and minimum 1-inch margins. The period of performance is for one (1) base year with one (1) one-year option and two (2) six (6) month options. If the Government elects to do so, a projected RFP release date for this effort is estimated to be July 2012, with an estimated award by no later than 01 Nov 2012. This synopsis is for information and planning purposes only; it does not constitute a RFP. 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. Any response to this synopsis is not an offer and cannot be accepted by the Government to form a binding contract. The Government will not recognize any cost associated with the submission of an SOC. The Government will use any information received for planning purposes in support of market research and to improve the understanding of industry capabilities in response to the SOC. The applicable North American Industry Classification System (NAICS) code is 517410. The size standard for NAICS code 517410 is $15M. Small businesses are encouraged to submit a SOC. Submit all responses to synopsis to: SMC/PKL, Attn: Kimberly McGough, 1050 E Stewart Ave, Peterson AFB, CO 80914-2902 (Kimberly.mcgough@us.af.mil). An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is James Gill, SMC/PK, (310) 336-1789.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823_GBS-CLS/listing.html)
 
Place of Performance
Address: Peterson AFB, CO, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02673075-W 20120212/120210233553-adca3c99fabefc19d93fa183bedc04a5 (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 |
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.