Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
SOLICITATION NOTICE

A -- Relay Ground Station

Notice Date
11/1/2023 3:18:45 PM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-23-R-0030
 
Response Due
11/6/2023 12:00:00 PM
 
Archive Date
11/21/2023
 
Point of Contact
Philip Salwan, Contract Specialist, Phone: 6195531481
 
E-Mail Address
philip.salwan@navy.mil
(philip.salwan@navy.mil)
 
Description
***Update 1 November 2023*** This update is to post N66001-23-R-0030 Amendment 0001. The purpose of this amendment is to modify the proposal response date and time, adjust paragraph numbering under paragraph 2.0 of Section L-2, and adjust all labor hours listed under paragraph 2.2 of Section L-2 to reflect whole numbers and a total labor hour value of 238,917. All other terms and conditions remain unchanged. Additionally, the NIWC Pacific Q&A has been amended, to include additional clarification to Question 6 (in bold font and underlined). ***Update 27 October 2023*** This update is to post NIWC Pacific's responses to all questions submitted in regards to N66001-23-R-0030. A formal amendment to revise the submission due date in accordance with the 26 October update is forthcoming. This amendment will also incorporate any/all revisions as outlined in the QA document, dated 27 October 2023. ***Update 26 October 2023*** This notice is to formally announce that the proposal due date is hereby extended until 6 November 2023 at 12:00 PST. A formal amendment and the responses to the Q&A are forthcoming. ***Update 29 September 2023*** Naval Information Warfare Center (NIWC) Pacific hereby issues Request for Proposal (RFP) No. N66001- 23-R-0030 for the design, procurement, development, integration, and testing of advanced technology Relay Ground Station (RGS) hardware and software capabilities to provide uplink and downlink capability to the Legacy Space Based Infrared Systems (SBIRS) Geosynchronous (GEO), Defense Support Program (DSP), Next Gen GEO, and Next Generation Polar space vehicles. The solicitation will only be available electronically. Electronic copies of the RFP may be obtained from the NAVWAR E-Commerce website at https://e-commerce.sscno.nmci.navy.mil/ under NIWC ""Open Solicitations."" Hard copy versions of the RFP and any subsequent amendments will not be available. Firms are encouraged to review the website regularly for important solicitation information. Updates include four (4) new/revised documents: N66001-23-R-0030 Solicitation; revised Attch 1 - Rate Sheet; inclusion of Attch 7 - Solicitation DD254; Draft Solicitation Q&A Questions are due by 13 October 2023 at 5:00 PM PST. Proposals are due by 30 October 2023 at 12:00 PM PST. _______________________________________________________________________ ________ Naval Information Warfare Center (NIWC) Pacific intends to issue Request for Proposal (RFP) No. N66001- 23-R-0030 for the design, procurement, development, integration, and testing of advanced technology Relay Ground Station (RGS) hardware and software capabilities to provide uplink and downlink capability to the Legacy Space Based Infrared Systems (SBIRS) Geosynchronous (GEO), Defense Support Program (DSP), Next Gen GEO, and Next Generation Polar space vehicles. The RGS will enable communications from Space System Command (SSC) Next Generation SBIRS and Legacy SBIRS GEO space vehicles to Ground Systems. RGSs will be located in various locations worldwide and will provide connectivity between the space vehicles and end users. The tasking will consist of the development of new RGS sites, upgrades to existing RGS sites and development support at RGS sites. RGSs will be located at existing sites, but site improvements may be necessary for the location selected for the equipment. The government shall provide the land necessary for the RGS. The government will be responsible for overseeing the environmental work required and obtaining environmental approvals. There will be three major components for an RGS. The three components are facilities and infrastructure, Ground Terminal Equipment (GTE), and communications and networking equipment (CNE). The RGSs will consist of various numbers of antennas depending on the location. This IDIQ covers RGS development work at multiple locations worldwide. The specific tasking and requirements for each site will be addressed at the task order level in a more detailed PWS. The anticipated procurement will result in no more than three (3) Indefinite Delivery, Indefinite Quantity (IDIQ), performance-based contracts with multiple pricing arrangements (Cost Plus Fixed Fee (CPFF), Cost, and Firm Fixed Price (FFP)). The period of performance will be five years. Orders will be competed pursuant to the ordering process at FAR 16.505(a). The North American Industry Classification Systems (NAICS) Code is 541330 Engineering Services ((Except (a) � Military and Aerospace Equipment and Military Weapons)) and the Small Business Size Standard is $47,000,000. Security classification will be Top Secret/Incidental Sensitive Compartmented Information (TS/SCI) classification. This requirement will be competed on a full and open basis. This is a follow-on to N66001-22-D-0057. NIWC Pacific invites industry to review the DRAFT RFP and provide any comments or questions. Comments and Questions to the DRAFT RFP are due by 13 September 2023 at 5:00 PM PST. NIWC Pacific anticipates that the final RFP for N66001-23-R-0030 will be released prior to 30 September 2023. The solicitation will only be available electronically. Electronic copies of the RFP may be obtained from the NAVWAR E-Commerce website at https://e-commerce.sscno.nmci.navy.mil/ under NIWC ""Open Solicitations."" Hard copy versions of the RFP and any subsequent amendments will not be available. Firms are encouraged to review the website regularly for important solicitation information. Disclaimer: This pre-solicitation notice is for information only and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept, proposals as a results of this synopsis. If a competitive solicitation is issued in the future, it will be announced via NAVWAR E-Commerce, and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This is not a solicitation or a promise to issue a solicitation and this information is subject to modification and in no way binds the Government to award a contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d69e119af7d741829466989894b03319/view)
 
Record
SN06873105-F 20231103/231101230054 (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.