SOURCES SOUGHT
99 -- RFI For Meadowlands Production
- Notice Date
- 11/1/2024 11:12:05 AM
- Notice Type
- Sources Sought
- Contracting Office
- FA8819 SPECIAL PROGRAMS DIR SMC SP EL SEGUNDO CA 90245-2808 USA
- ZIP Code
- 90245-2808
- Solicitation Number
- FA8819
- Response Due
- 12/2/2024 4:00:00 PM
- Archive Date
- 12/03/2024
- Point of Contact
- Lakisha Porter, Lt Col Natasha Peeples
- E-Mail Address
-
lakisha.porter@spaceforce.mil, natasha.peeples@spaceforce.mil
(lakisha.porter@spaceforce.mil, natasha.peeples@spaceforce.mil)
- Description
- (U) Purpose: (U) This is a Sources Sought. The Space Systems Command (SSC) located at Los Angeles Air Force Base, California, is seeking information in the form of Statements of Capabilities (SOC) from interested parties in support of the SSC, Space Domain Awareness and Combat Power Directorate, Spectrum Warfare System Delta, Combat Systems Branch (SSC/SZWC) requirement for the Counter Communications System (CCS) Meadowlands as described below.�The Government is conducting market research to inform its Acquisition Strategy.� (U) The purpose of this notice is to identify potential sources that can meet SSC/SZYC�s requirement.� The Government reserves the right to set this acquisition, or portions thereof, aside for small business � to include socially and economically disadvantaged businesses, 8(a) firms, or woman-owned businesses. The Government is seeking contractors interested in and capable of providing all technical and logistical effort required to design, develop, and deliver capabilities to support the CCS system.� (U) Background and Description: (U) Scope:� This effort encompasses all technical, logistical, software and hardware efforts required to design, develop, and deliver the specific capabilities identified below. Respondents may address either or both specific capabilities.� Delivering Alternate Software Defined Radio (SDR) Software Interface Delivering Alternate Frequency Conversion System (FCS) (U) Period and Place of Performance:� The period of performance will be 12-month in duration.� The Government is conducting research on when the contact will start.� The place of performance is flexible to allow contractor to provide an optimized solution. (U) Background:� (U) CCS System: (U) CCS is a ground-based counter satellite communications (SATCOM) system specifically designed to reversibly deny, disrupt, and degrade adversarial SATCOM.� The basic CCS concept is to provide a flexible, modular, scalable, rapidly deployable system with a key set of signal processing/generation (SP) capabilities, selected counter SATCOM missions, and a robust transmit capability.� Its architecture will be designed to host core capabilities and/or other more sophisticated �plug and play� type modules to address the ever-increasing number of technologies and assets available to our adversaries.� (U) The latest CCS Meadowlands will have upgraded capabilities compared to the existing CCS 10.2 Systems. The future CCS Meadowlands fleet will compose of 32 systems. Meadowlands is a transportable SATCOM system composed of modular Commercial Off-The-Shelf (COTS) / Government Off-The-Shelf (GOTS) Radio Frequency (RF) monitoring and generation equipment. The design incorporates multi-band antennas and equipment in transit cases. The frequency conversion system (FCS) that handles RF signals between the shelter transit cases to the antenna uses a proprietary photonics system. The system can be transported by C-130 or larger aircraft and by ground transport over improved or semi-improved roads. The system will be designed for operations by trained operators in US-controlled facilities world-wide, and in the Developmental Support Facility (DSF). Additional Background Information Please contact the PCO for an additional attachment providing background information into the Alternate Frequency Conversion System and Alternate Software Defined Radio. (U) Schedule and Key Deliverables:�� (U) There will be a virtual Industry Day held on 15 Nov 2024. The Industry Day will focus on two RFI. The Government will discuss the Meadowlands Production RFI and the Air Force�s Space Control Depot Support II (SCDS II) Sustainment RFI. Contractors interested in attending the Industry Days should contact the PCO or the PM for additional meeting details.�� The Government will be offering one on one sessions for contractors to ask questions or discuss potential solution following the Government presentation. If you would like to request a one-on-one session, please notify the PCO by 11 November 2024. Contractors shall submit a Statement of Capability for the following two technologies. It will assist the government by providing solutions and identifying potential risks for these technologies. (U) Alternate Software Defined Radio (SDR) Software Interface Design, build, integrate, test, document, and support replacement of existing data and control plane which handles the data communication between the mission software running on the Meadowlands Mission Control Timing (MCT) transit case and the SDR hardware and firmware in the Advanced Signal processing (ASP) transit case. The SDR software interface must be abstracted to allow standardization across existing and future Meadowlands missions. The alternate solution must be non-proprietary and include full government rights. (U) Alternate Frequency Conversion System (FCS) Design, build, integrate, test, document, and support replacement of the existing Meadowlands FCS that handles frequency conversion and transport of Radio Frequency (RF) signals between the Meadowlands LMA and the L-band Intermediate Frequence (IF) Advanced Signal processing (ASP) unit. The company may propose multiple alternative designs to include any modification throughout the RF and IF paths. The alternate solution must be non-proprietary and include full government rights. (U) SOC Administrative Requirements: (U) The Government requests a maximum 10-page response in total with a 3-page limit for Company Information and Corporate Capabilities & Experience.� Please submit via email to all the following points of contact: ����������� (U) Contracting Officer: Lakisha Porter (U) Contracting Officer Email: lakisha.porter@spaceforce.mil (U) Program Manager: Lt Col Natasha Peeples ����������� (U) Program Manager Email: natasha.peeples@spaceforce.mil (U) Response Content: (U) Interested vendors must submit a Statement of Capability (SOC) in a narrative report that includes both the company/corporate information, solutions to the technical areas above and responses to the questions below. All SOCs are to be submitted in accordance with the administrative requirements identified herein. (U) Submitted SOCs must include all of the following information: (U) Company Information (U) Corporate Capabilities & Experience (U) Solutions and Identifying Risks for Key Technologies (U) Answers to Technical Questions (U) Answers to Contractual/Business Questions (U) Company Information: (U) 1. Company name (U) 2. Company�s ownership and other relevant information (U) 3. Personnel/Business size classification (Small/Large Business, HUB, veteran, etc.) (U) 4. Mailing address (U) 5. Point of Contact (POC) including e-mail and telephone numbers (U) Corporate Capabilities & Experience:� (U) Describe previous work your company has performed and company expertise which is relevant to the role of a Prime Contractor. Also provide information related to: (U) 1. History with developing a SDR interface which allows for onboarding existing and future Meadowlands missions. (U) 2. History with developing, testing and delivering a Frequency Conversion System. (U) 3. Subcontractor's capabilities, products and services. (U) 4. Corporate and teaming experience to develop, integrate and test operational components at this magnitude. Technical Questions:�� What processes and solutions would you use to execute this effort? What security architecture would you use to execute this effort? What experience do you have and/or what approach would you use to interface with current CCS Meadowlands contractor? What do you see as the major challenges (technical, security, programmatic, etc.)? What will you need from L3H to successfully integrate? What Information or GFE will you need from the Meadowlands program to ensure success? When will you need that information? Contractual / Business Questions:�� Do you have any concerns regarding the ATP timeline? Do you have an estimated Period of Performance? Are you a small business? If not, what do you believe would be a good goal for Small Business set aside for this requirement? Do you plan to partner with other contractors? Discuss any key cost and schedule drivers, cost tradeoffs, schedule considerations, and assumptions. How could the government better incentivize current prime contractor, L3H to support your company delivering successful requirements? What support will you need from L3H to successfully integrate? Do you have any recommendations and rationale for an incentive and payment structure? Do you anticipate using any proprietary technology or information as part of the proposed solution? Response Classification: Narrative and SOC reports may be up to TOP SECRET/SCI/SAP. Materials will be reviewed separately at Los Angeles AFB, CA. If a Contractor plans to submit a SAPs level SOC, submission needs to be coordinated no later than one week in advance of submission. All material provided in response to this notice shall be kept non-confidential and non-proprietary to the maximum extent practicable. Firms providing confidential/proprietary information shall separately and clearly identify and mark all confidential/proprietary information. The USSF will take all necessary steps to protect/safeguard any confidential/proprietary information provided. The USSF will NOT be held responsible for any proprietary information not clearly marked. Disclaimers and Notes � THIS IS A REQUEST FOR INFORMATION ONLY. This notice is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This notice does not commit the USSF to contract for any supply or service whatsoever. Furthermore, the USSF is not currently, seeking proposals. Responders are advised that the USSF will not pay for any information or administrative costs incurred in response to this notice. The Government will not assume liability for costs incurred by any attendee for travel expenses or marketing efforts. All costs associated with responding to this notice will be solely at the responding party's expense. The following companies/organizations may review the submitted responses: The Aerospace Corporation, Tyto Corporation, SAIC, RSE, ARK GSI, and Tecolote.� Thes companies are bound by appropriate non-disclosure agreements with the USSF. For further information regarding these agreements, contact the Contracting Officer identified herein. Attachment: PowerPoint slides for background into FCS and SDR* *Please contact the PM/PCO to gain access to the background slides.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/16c37815d1c3465ab509854b1317a9ee/view)
- Place of Performance
- Address: El Segundo, CA 90245, USA
- Zip Code: 90245
- Country: USA
- Zip Code: 90245
- Record
- SN07255443-F 20241103/241101230106 (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 |