Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
MODIFICATION

D -- RFI - BROADBAND SATCOM SERVICES

Notice Date
5/1/2007
 
Notice Type
Modification
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KQ), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5022, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FA4452-07-RFI-SATCOM
 
Response Due
5/17/2007
 
Description
The United States Air Force, Headquarters Air Mobility Command (HQ AMC) is seeking sources for the contemplated follow-on contract for the Broadband Satellite Communication (SATCOM) Services. This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this request for information. This FedBizOpps notice is an announcement seeking market information on businesses capable of providing the services as described herein. AMC is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement(s) evolve from this preliminary planning process, it is anticipated the period of performance will be a base year plus four one-year option periods. The incumbent contractor for this effort is Boeing Service Company formally Connexion By Boeing. This Request for Information (RFI) is provided to the commercial sector for a complete Broadband SATCOM solution which supports providing broadband data rates to the Senior Leader Command, Control, and Communications System - Airborne (SLC3S-A) air fleet, and others as designated, of 18 simultaneous aircraft worldwide with a desire for the number of simultaneous aircraft to increase throughout the contract period. Each aircraft-terminal will realize broadband rates on demand with the ability to dedicate bandwidth to designated, high priority aircraft. System should support 50+ simultaneous users with throughputs capable of supporting simultaneous secure and non-secure voice, data, video (to include video teleconferencing), and direct broadband TV. During times of national crisis, the SLC3S-A air fleet, or others as designated, will receive priority use of the system. System must meet Federal Aviation Administration (FAA) and International Civil Aviation Organization (ICAO) flight safety standards for usage upon commercial aircraft. Low-profile-conformal antennas acceptable to the commercial airline industry and senior leadership will be used. All hardware-software, to include the antenna, used in the system must be capable of supporting other services on the aircraft. All hardware-software upgrades to the system will be provided by the contractor. No modification to airframes is possible prior to calendar year 2009; only form, fit, and function modification internal to the aircraft will be considered. System will provide world-wide northern hemisphere coverage of the major air routes, at a minimum, with the objective of full world-wide mid-latitude (between 60 deg N and 60 deg S latitude) coverage. Contractor will provide regulatory licenses and approvals to operate-use the spectrum for countries within the required coverage-service area. System will be designed to automatically shutdown when the aircraft flies into a restrict zone, and turn back on when exiting that restrict zone. Coverage-regulatory licenses should allow for use of the system while aircraft are on the ground. The system will provide backhaul of traffic to designated ground stations, currently the Government Air-to-Global Information Grid Gateways (A2G2s) at Andrews AFB MD and McChord AFB WA. The contractor must be willing to work with the Government to transition commercially-leased services, such as transponders and ground stations, to Government services, to include Department of Defense (DoD) Teleports, throughout the life of the contract. The contractor will provide a 24-7-365 Network Operations Center (NOC) that will work with the Government Network Operations Center (GNOC), Communications System Operators (CSOs), Senior Leader Communications Staffs, and other entities as designated to track and monitor system status as well as troubleshoot problems with the system-service. Support should include 24-7-365 engineering support. All personnel working with the system and the SLC3S-A air fleet described herein will have a background check and a USG Secret clearance. Additionally, a real-time system monitoring tool will be provided to designated personnel for monitoring of capacities, saturation rates, aircraft tracking through satellites, satellite status, and other system information. The tool will allow designated aircraft to be masked to be seen by only designated personnel. If your firm has an interest in proposing on the requirements described above, please provide your Capability Statement to Ms. Jennifer Gherardini, Contract Specialist, Jennifer.gherardini@scott.af.mil and Ms. Tammie Shelton, Contracting Officer, Tammie.Shelton-02@scott.af.mil. The response date has been extended to 17 May 2007, 4:00 P.M. local time. The Capability Statement should include the following general information and technical background describing your firm?s experiences in contracts requiring similar efforts to provide the Broadband SATCOM solution. Please use no more than 20 type-written pages using 10-point type or larger. Published literature may be any number of pages. Request Capability Statements include the following: 1. Company name, address, point of contact (POC), telephone number, fax number, e-mail address, NAICS code, GSA schedules held, company size (small, large business); if small, indicate type (8(a), small disadvantaged business, HUB zone, minority-owned, woman-owned, veteran-owned, etc.). 2. Demonstrate your ability to support the Broadband SATCOM requirements described above. 3. Demonstrate your ability to provide employees with required security clearances. 4. Past/Current Performance Background as it relates to supporting the Broadband SATCOM solution. a. Contract identification number(s) b. Title and a brief summary of the objective of the effort c. Contracting agency or firm (Government or commercial) d. Value of the contract(s) e. Type of contract(s), i.e., fixed price, cost reimbursement, labor hour
 
Place of Performance
Address: World-Wide
Zip Code: 62225
Country: UNITED STATES
 
Record
SN01284886-W 20070503/070501232829 (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  © 1994-2020, Loren Data Corp.