Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2007 FBO #1880
MODIFICATION

D -- COMSATCOM Transformational Communications Architecture

Notice Date
1/17/2007
 
Notice Type
Modification
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
COMSATCOM-TCA-RFI-01
 
Response Due
2/9/2007
 
Archive Date
2/24/2007
 
Point of Contact
Cindy Showers, Contract Specialist, Phone 618-229-9464, Fax 618-229-9174, - Kathy Tullock, Contract Administrator, Phone 618-229-9550,
 
E-Mail Address
cindy.showers@disa.mil, kathy.tullock@disa.mil
 
Description
Request for Information (RFI) for Commercial Satellite Communications (COMSATCOM) Inputs to the Transformational Communications Architecture General: The Defense Information Systems Agency (DISA) is seeking information that will help the National Security Space Office (NSSO) / Communications Functional Integration Office (COMM-FIO) updates of the Transformational Communications Architecture (TCA). The TCA defines an integrated Department of Defense (DOD), Intelligence Community (IC), and National Aeronautics and Space Administration (NASA) communications architecture to support national level communications. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, DISA is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party?s expense. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Small Businesses are encouraged to provide responses to this RFI in order to assist DISA in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent potential subcontract plan goal percentages. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. 1.0 Description. The purpose of this RFI is to incorporate current and future COMSATCOM capabilities into the Transformational Communications Architecture (TCA) version 3. Inputs will be evaluated by a DISA led COMSATCOM working group in support of the NSSO/COMM-FIO. Opportunities to present inputs or updated information may be arranged at a future point. Sufficient interest and participation by industry may warrant that materials be discussed in a face-to-face setting or for potential group meetings to reach a consensus on COMSATCOM architecture attributes. 2.0 Background. The current TCA, version 2, addresses COMSATCOM augmentation to support ongoing and surge bandwidth capacity requirements. An objective of the planned TCA update will be to address an expanded potential role for COMSATCOM and to leverage emerging commercial satellite capabilities, which would support transformational goals out to the 2020+ timeframe. The state of the commercial industry will be assessed in several time segments, i.e., near-term (within 5 years from the present), mid-term (10 years out) and far term (2015+). In order to best accomplish this, DOD requests industry?s assistance through response to this RFI which will constitute commercial industry?s formal opportunity to contribute to an updated TCA. DOD is soliciting commercial capabilities that can be applied as open architectural solutions to meet specific military needs or opportunities. These needs and opportunities include but are not limited to: A. Mobile Satellite Service L-band S-band Other bands B. Fixed Satellite Service C-band X-band Ku-band Ka-band C. Specific SATCOM applications Handheld communications Comm-on-the-move (COTM) Airborne (aircraft and Unmanned Aerial Vehicles) communications Shipboard communications Modem technology Antenna technology Quality of service applications (QoS) D. Narrowband netted communications capability augmentation and means to satisfy them (e.g., use of existing service, use of planned service, opportunities for hosted payloads, etc.) E. Wideband communications capability augmentation and means to satisfy them (e.g., use of existing service, use of planned service, opportunities for hosted payloads, etc.) F. Existing or innovative opportunities and approaches to assure long term access to COMSATCOM services (e.g., pre-positioned leases, hosted payloads, portable capacity, etc.) that provide flexibility, given the uncertainties of DOD operating areas, durations, or funding availability, etc. G. Available infrastructure (e.g., terrestrial networks, earth terminals, etc.) capabilities and recommendations on whether such capabilities are best leveraged through use of industry organic infrastructure or DOD-specific infrastructure investment (These needs and opportunities are not intended to be exhaustive or mutually exclusive.) 3.0 Requested Information. 3.1 Written Responses. E-mail responses to the questions are due to the Contracting Officer not later than 3:00 p.m. CDT, FRIDAY, 26 JANUARY 2007. Responses shall be submitted in writing via e-mail only to Pamilla Lazare at pamilla.lazare@disa.mil and Cindy Showers at cindy.showers@disa.mil. E-mail responses shall be titled in the subject line of the e-mail as follows: ?Response to TCA v3 COMSATCOM RFI?. Responses should be contained in a Microsoft Word (.doc), Microsoft PowerPoint (.ppt), or Adobe Acrobat (.pdf) document and be as concise as possible. Shorter, more succinct inputs that clearly demonstrate the military need / opportunity that the capability can address are more valuable than lengthy general responses. 3.2 Proprietary information, if any, should be used sparingly if necessitated and must be clearly marked on the outside container and materials inside. Please be advised that all submissions become Government property and will not be returned. DISA intends to utilize contractor support personnel, as listed below, to assist in reviewing and evaluating responses. If any respondent does not currently have a Proprietary Data Protection Agreement (PDPA) that would permit the Government support contractors listed below to review and evaluate responses to this RFI, the respondent is requested to sign PDPAs with these Government support contractors for this purpose. - Northrop Grumman IT (NGIT) / TASC - SAIC - Booz Allen Hamilton, Inc. - Aerospace Corporation - Other contractors as identified by DISA or COMM-FIO A sample PDPA will be provided upon request by contacting points of contact listed in Paragraph 4.0. 3.3 All respondents should be aware that inputs will be made available across the entire Government enterprise and viewed by Government and industry personnel. Accordingly, the architecture will not include proprietary information. Thus, proprietary inputs must be kept to an absolute minimum. Also, bear in mind we will adhere to statutory and regulatory responsibilities for ensuring a fair and equitable application of industry capabilities. Therefore, gratuitous recommendations such as exclusive reliance on one vendor?s proprietary solutions or sole-source arrangements to leverage capabilities that exist from multiple sources within the marketplace will not be considered in respect to the information required by this RFI. Also, ?glossy? marketing brochures are not to be submitted. 3.4 The RFI response shall be comprised of two (2) sections. 3.4.1 Section 1 of the response shall provide administrative information, and shall include the following as a minimum (there is no page limitation for Section 1). 3.4.1.1 Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact (POC). 3.4.1.2 Please provide a statement that the respondent will allow or not allow the Government to release proprietary data to the Government support contractors identified above. If the respondent provides consent, please include a signed copy of the Proprietary Data Protection Agreement (PDPA) in place between the Government and the support contractors identified above. 3.4.1.3 Please provide a statement if you would like the opportunity to present materials in a face-to-face setting. Such exchanges will likely be held at the NSSO in Fairfax, VA. 3.4.2 Section 2 of the response shall provide the information requested below. Section 2 of the response is limited to twenty (20) pages. a) Describe current and planned capabilities to address military needs or opportunities including any other potential applications that are not highlighted above; b) Clearly indicate if a capability is currently available and / or provide the projected timeline for future capabilities; c) Describe the delivery mechanisms that you are using / exploring for current / projected capabilities such as static leases, per minute charges, per megabyte charges, time-period based (e.g., monthly, annual) managed service plans, and the like; d) Indicate whether the capabilities are already being pursued through corporate or private equity investment or require specific DOD investment to realize; e) Address the constraints of any proposed hosted payload opportunities such as lead times / schedules, weight and power, frequency filing / orbital slots, regulatory issues, etc.; and, f) Highlight new technologies and standards that you are developing, adopting, or recommend for adoption / investment. 4.0 Questions. Questions regarding this announcement shall be submitted in writing via e-mail to the DITCO to Pamilla Lazare at pamilla.lazare@disa.mil and Cindy Showers at cindy.showers@disa.mil. Verbal questions will NOT be accepted. All questions will be answered via posting answers to the FEDBIZOPPS website; accordingly, questions shall NOT contain trade secrets or classified information. The Government does not guarantee that questions received after 19 January 2007 will be answered. 5.0 Summary. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide information that will help the National Security Space Office (NSSO)/Communications Functional Integration Office (COMM-FIO) update the Transformational Communications Architecture (TCA). The information provided in the RFI is subject to change and is not binding on the Government. The DISA has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Record
SN01212498-W 20070119/070117220240 (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.