Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2025 SAM #8447
SOURCES SOUGHT

A -- Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform over Commercial (PTWoC) Joint Hub Variant Technical Capability Sources Sought RFI

Notice Date
1/10/2025 3:14:00 PM
 
Notice Type
Sources Sought
 
NAICS
517810 —
 
Contracting Office
FA8807 MIL COMM AND PNT SSC/CGK EL SEGUNDO CA 90245-2808 USA
 
ZIP Code
90245-2808
 
Solicitation Number
FA8807-PTWOC-RFI-001
 
Response Due
3/12/2025 12:00:00 PM
 
Archive Date
03/27/2025
 
Point of Contact
Scott Lucas, Phone: 310-653-3857, Archie Green, Phone: 310-653-9205
 
E-Mail Address
scott.lucas.1@spaceforce.mil, archie.green.1@spaceforce.mil
(scott.lucas.1@spaceforce.mil, archie.green.1@spaceforce.mil)
 
Description
Section I: PTES Description & Background The Protected Tactical Enterprise Service (PTES) is the ground system segment of a system designed to provide an anti-jam (AJ) wideband Satellite Communications (SATCOM) capability. The initial use of PTES is intended for the tactical warfighter using the Wideband Global SATCOM (WGS) satellites. Later phases of the program will support other suitable satellites that can be a transponder for the Protected Tactical Waveform (PTW). PTES consists of components for the Joint Hub (JH), Mission Management System (MMS), Key Management System (KMS), Key Loading and Initialization Facility (KLIF), and Network Management System (NMS). A PTES JH functions in conjunction with user terminals to support PTW operations on its Forward Link (FL) and Return Link (RL). The initial JHs are being developed and deployed to support WGS operations. A Joint Hub Variant (JHV) will be developed along with MMS upgrades to support operations on other satellite systems including those in Medium Earth Orbit (MEO). The purpose of this RFI is to conduct market research on the expected cost, schedule, and required effort associated with modifying the design of the WGS Joint Hub for commercial MEO and GEO applications. Section II: PTWoC GEO and MEO JHV Efforts PTW over Commercial (PTWoC) will extend PTES support of PTW to operate over Commercial SATCOM (COMSATCOM) in Geostationary Orbit (GEO) and Medium Earth Orbits (MEO). This requires additional terrestrial PTES Joint Hubs and changes to the MMS. The need for Joint Hubs supporting commercial GEO satellites can be satisfied with baseline WGS PTES Joint Hubs which will henceforth be designated as GEO Joint Hubs Variants (GEO JHV). Modifications to the JH will be needed to support MEO satellite operations, which will be designated MEO Joint Hub Variants (MEO JHV). The strategy is to minimize the military unique requirements and maximize commercial-ready technology in fielding of the PTWoC GEO JH for commercial constellations. The goal is to procure a commercial-ready satellite system and focus on software upgrades, integration, installation, and on-orbit acceptance. The PTWoC MEO effort encompasses fielding MEO JHV at DoD Teleport locations to support operations over the O3b mPOWER constellation. mPOWER provides continuous capability for MEO SATCOM enabling a resilient multi-orbit, multi-waveform, multi-frequency band architecture as described in the United States Space Force (USSF) Space Warfighting Analysis Center�s (SWAC�s) Broadband Force Design. There are anticipated hardware upgrades encompassed in development efforts expected for the fielding of the PTWoC MEO JHV in working with mPOWER satellites constellation. Multi-ports design is required to handle satellites handover operations. PTWoC MEO effort is organized in three phases. Phase 1 will provide commercially owned and commercially managed services via mPower Teleport/Gateway terminals worldwide with at least 6 gateways spread across geographical locations globally to provide worldwide coverage between 47.5 degree N/S latitudes. Phase 2 will provide non-PTW services via mPOWER teleport terminals at DoD controlled installations. The ground system to be fielded in Phase 2 includes three MEO-capable terminals and SES commercial equipment. This phase includes integration with SES network compatible with US government modems. Phase 3 will add PTW services to Phase 2 teleport terminals through integration of PTES JHV and mPOWER Gateways/Teleport terminals at DoD controlled or sponsored locations. The MMS upgrade needed doesn�t include planning for Phase 1 or 2, as this RFI is applicable to Phase 3. SES will provide a segment of spectrum with a maximum of 1 GHz per hopping bandwidth to allow for PTW services including frequency hopping and other PTW features to support PTW and non-PTW waveforms. The government will provide full as-built design information regarding the baseline PTES JH, MMS, and KMS components to offerors chosen to build and deliver the new JHV capabilities and MMS upgrades for PTWoC MEO and GEO missions. This shall be inclusive but not necessarily limited to interface control documents, cloud configuration, existing source codes. This RFI specifically requests information related to Phase three fielding efforts as outlined within this document. Responses to this RFI will be considered as Market Research in accordance with FAR Part 10 to inform the Government�s procurement strategy. The Government may or may not compete or award this requirement. Additional market research may or may not be conducted. Responses from small businesses and small disadvantaged businesses are highly encouraged. The anticipated NAICS code for this acquisition is 517810 and the size standard is $40,000,000. Section III: Information Request The Government is requesting information on your company�s ability to perform and deliver the requirements as identified in Enclosure A and the other enclosures listed in sec IV in response to the following prospective accomplishments: Describe your company�s experience related to projects similar in size, complexity, and scope of this RFI effort. Contractor shall design and build JHVs solution for both commercial MEO and GEO missions either as a single architecture or separately based on the design trades. Contractor shall support Mission Management System (MMS) software upgrade to accommodate both commercial MEO and GEO missions. Contractor shall integrate, install, test and field a PTW teleport capability as USG designated locations both commercial and DoD operated for both MEO and GEO missions. In addition, shall provide test results to the Government. Contractor shall perform system-level and end-to-end testing for MEO and GEO missions respectively. Contractor shall provide and configure a test environment for Independent Security Assessment (SA). This includes providing SMEs as needed during the SA. Contractor shall design, build, and test JHVs utilizing the security controls that are allocated to other PTES JHs. Contractor shall perform maintenance to fielded hardware when required for upgrades or replacement of obsolete or broken parts. Contractor shall identify potential program risks and mitigations. Include company�s technical competency in SATCOM ground systems hardware and software development principles and approaches. Discuss your company�s ability to satisfy the MEO/GEO capability requirements listed above as well as to be compliant with cybersecurity and information assurance requirements. Contractor shall deliver a ROM schedule for build of a JHVs solution for both commercial MEO and GEO missions either as a single architecture or separately based on the design trades. Please account for the development timeline of MEO handover planning. Contractor shall deliver a ROM of cost for build of a JHVs solution for both commercial MEO and GEO missions either as a single architecture or separately based on the design trades. Contractor shall deliver a list of technical documents that would be required to adequately respond to a Request for Proposal. Please Note: All documents listed within are draft pre-decisional, notional, for market research and not for action. Additionally, the technical documents mentioned in �Enclosures� are provided to assist your company gain an understanding of the project scope and requirements. Section IV: Response Format, Submittal Instructions, and Questions Response Format � Responses shall be submitted as a white paper in PDF or Microsoft Word for Office 2007 or later compatible format, supplemented with Microsoft Word, Excel, PowerPoint, PDF, or JPG attachments as necessary. Responses shall be prepared so that when printed, they meet the following requirements: 8.5x11 inch paper, single-spaced typed lines, 1 inch margins, 12 point Times New Roman font. Tables may use 10-point font. Graphics or pictures are not allowed. Illustrations such as tables, flowcharts, organizational charts, process charts or other similar type informational charts may be used. Respondents are responsible for ensuring the legibility of all tables, charts, etc., and should assume that when their response is printed or copied, it will be done in black and white. The Government will not accept company literature or marketing materials in response to this notice. Response Classification � All material provided in response to this notice shall be UNCLASSIFIED, 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 Government will take all necessary steps to protect/safeguard any confidential/proprietary information not clearly marked. Submittal POCs � Responses shall be submitted electronically. Unclassified submittals shall be submitted to Scott Lucas, Contracting Officer, at scott.lucas.1@spaceforce.mil. Submittal Due Date � Responses are due by 12:00 PM (Pacific Time) on 12 March 2025. Questions and Communications � All questions and communication associated with this RFI shall be submitted in writing to Scott Lucas, Contracting Officer, at scott.lucas.1@spaceforce.mil. Section V: Disclaimers 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 Government to contract for any supply or service whatsoever. Furthermore, the Government is not, at this time, seeking proposals. Respondents are advised that the Government 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. Proprietary information, if any, should be kept to a minimum and shall be clearly marked. Please be advised that all submissions become Government property and will not be returned. In order to review RFI response, proprietary information may be given to Federally Funded Research and Development Center (FFRDC) and/or Advisory and Assistance Services (A&AS) contractors working for the Government. Non-government support contractors listed below may be involved in the review of any responses submitted. These may include but are not limited to: The Aerospace Corporation (FFRDC), MITRE (FFRDC), Linquest Corporation, (SE&I), Booz Allen Hamilton (A&AS), and their subcontractors. Section VI: Enclosures Enclosure 1 � Joint Hub Variant Requirements Enclosure 2 - MIL-STD-188-164C (for public release) Enclosure 3.a. � DODI 8510.01 (for public release) Enclosure 3.b. � NIST SP 800-53 rev 5 (for public release) Enclosure 3.c. - CNSSI No 1253 (for public release)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1622675e33c47f8ae359c37b3d83a0d/view)
 
Place of Performance
Address: CA 90245, USA
Zip Code: 90245
Country: USA
 
Record
SN07310079-F 20250112/250110230108 (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.