Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOURCES SOUGHT

53 -- Global Broadcast Service (GBS) Systems

Notice Date
3/18/2008
 
Notice Type
Sources Sought
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
SPAWAR_Headquarters_MKTSVY_59C7A
 
Response Due
4/18/2008
 
Point of Contact
Point of Contact - Mark D Lopez, Contract Specialist, 619-524-7168
 
E-Mail Address
Email your questions to Contract Specialist
(mark.lopez@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT - REQUEST FOR INFORMATION (RFI) Industry Capabilities for the Production of Global Broadcast Service (GBS) Systems 1.0 DESCRIPTION 1.1 The Space and Naval Warfare Systems Command (SPAWAR) in support of the Program Executive Office Command, Control, Communications, Computers, and Intelligence (PEO C4I), Communications Program Office (PMW/A 170) is seeking industry information on the production of Global Broadcast Service (GBS) systems and technical refresh kits to be installed in obsolescing GBS systems affected by Commercial Off-The-Shelf (COTS) parts obsolescence. 1.2 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 a contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party???s expense. Small businesses having the capabilities to perform the tasking below are encouraged to reply to this RFI. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If an RFP is issued, it will be synopsized on the FEDBIZOPPS website at http://www.fbo.gov and the SPAWAR e- Commerce Central website at https://e- commerce.spawar.navy.mil. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0 BACKGROUND PEO C4I and PMW/A 170 are responsible for the acquisition, integration, delivery and support of interoperable communications systems enabling seamless operations for the fleet, joint and coalition war fighter. GBS augments other Military Satellite Communications (MILSATCOM) by providing a high speed, one way information flow of high volume data to users ashore, afloat or supporting special operations. It provides the capability of quickly disseminating live video (including UAV) and large files to support joint training exercises, special activities, weapons targeting, intelligence, and reconnaissance. PEO C4I and PMW/A 170 are looking to procure Shipboard GBS Systems ??? AN/USR-10 (v), including both variants: Subsurface Receive Suites (SSRSs) (v 1/2/3) and Shipboard Receive Suites (SRSs) (v 4/5). The procurement will include the conversion of shipboard Extremely High Frequency (EHF) Low Data Rate (LDR) antennas to GBS antennas according to the specifications for the GBS Shipboard Antenna Systems (SASs) ??? OE-581 Antenna Group. GBS is also procuring technical refresh kits to upgrade current fielded GBS below-deck systems affected by COTS obsolescence. 2.1 CURRENT GBS SYSTEMS 2.1.1 GBS Below-Deck Systems The current PMW/A 170 afloat GBS system in service is the AN/USR-10 (v) ??? with a Subsurface Receive Suite (SSRS) variant and Shipboard Receive Suite (SRS) variant. The OE-581 Shipboard Antenna System (SAS) is an integral part of the SRS (AN/USR-10 (v 4/5)) configuration. The AN/USR-10 (v) systems (SSRS/SRS) are designed to receive GBS satellite transmissions within the Super High Frequency (SHF) spectrum, currently using only the Ka-band. The submarine variants contain two major assemblies: the Submarine High Data Rate (SUB-HDR) Antenna System (OE- 562) and USR-10 (v 1/2/3). The OE- 562 is not GBS unique equipment, but a common antenna which GBS does not acquire or support. The OE-562 is not covered by this RFI. The surface variants contain two major assemblies: the OE-581 antenna and the AN/USR- 10 (v 4/5). The AN/USR-10 (v)4 uses a dual antenna for large combatant and command ships, and the AN/USR- 10 (v)5 uses a single antenna in smaller combatants. The current GBS systems are delineated below: ??? AN/USR-10 (v)1 Los Angeles Class Submarines (Units 1-6) ??? AN/USR-10 (v)2 Seawolf/Virginia Class Submarines (Units 4 & 5) ??? AN/USR-10 (v)3 Ohio Class Submarines (Units 4, 5, & 6) ??? AN/USR-10 (v)4 Dual Antenna CV/N, LCC, LHA/D Type (Units 1-7) ??? AN/USR-10 (v)5 Single Antenna CG/DDG Type (Units 1-6) All units are vendor environmentally qualified to meet both Surface and Submarine requirements in shock (MIL- STD-2036, MIL-STD-810, MIL-STD- 901D Grade B), vibration (MIL-STD-167 Type 1), Electromagnetic Interference (EMI) (MIL-STD-461/462D), altitude transport, temperature and humidity, AC power DOD-STD-1399, airborne, and structureborne noise MIL-STD-740- 1. 2.1.2 GBS Shipboard Antenna System (SAS) ??? OE-581 Antenna Group The OE-581 is a receive-only, shipboard satellite communications antenna group operating at Ka-band frequencies. The antenna automatically acquires and tracks satellites in geosynchronous orbit while subjected to environmental conditions. The OE-581 is installed as either a single or dual antenna configuration. The OE-581 includes antennas, tracking receiver function, antenna controller function, low-noise block converter, power distribution and other ancillary equipment. The OE-581 also provides an operator interface unit for operations and maintenance tasks. The procurement will involve the conversion of shipboard EHF LDR antennas to GBS antennas in accordance with the OE-581 specifications. Upon completion of the antenna conversions, new OE-581 systems will be procured. 2.1.3 GBS Diagram Figure 1 provides a high level diagram of the GBS shipboard system. Figure 1 ??? GBS System AN/USR-10 (v)4 2.2 PLANNED PRODUCTION The Government estimates a potential need for approximately 10 USR-10 (v) 1; 97 USR-10 (v 4/5); 60 OE-581 antenna conversions; and 37 new OE- 581 antennas. The Government will also need 94 technical refresh kits. 2.3 DELIVERY PERIOD Production will occur over five (5) years. The earliest anticipated delivery date is April 2009 for: 10 USR-10 (v)1; 17 USR-10 (v)5; 21 OE-581 conversions; and 80 technical refresh kits. The remaining 80 USR-10 (v 4/5) systems and 14 technical refresh kits will be procured over the subsequent four years. The need for follow-on OE- 581 procurements/conversions beyond FY09 is under review. 3.0 GOVERNMENT FURNISHED INFORMATION (GFI) The following GFI is available upon request. The GFI data package contain the following distribution markings: (1) GBS Data Package/Drawings DISTRIBUTION STATEMENT C. Distribution authorized to U.S. Government Agencies and their contractors (Administrative or Operational Use) 14 FEBRUARY 2008; other requests must be referred to the Communications Program Office (PMW 170), Navy Program Executive Office for C4I. (2) GBS Shipboard Receive Terminal (SRT) OE-581/USR Technical Manual DISTRIBUTION STATEMENT C. Distribution authorized to U.S. Government Agencies and their contractors (Critical Technology) 1 FEBRUARY 2005. Other requests for this document shall be referred to SPAWAR, San Diego, CA 92152-5001. Contractors requesting the GFI data package must be registered with the Joint Certification Program (JCP) (http://www.dlis.dla.mil/jcp/default.asp). In order to register, Contractors must submit a DD Form 2345 to the U.S./Canada Joint Certification Office, along with a copy of the company???s State/Provincial License, Incorporation Certificate, Sales Tax Identification Form or other documentation. Once confirmation of the prospective respondent???s registration in JCP is received the GFI data package may be forwarded by one of the POC identified in paragraph 5.1 below. 4.0 REQUESTED INFORMATION 4.1 WRITTEN RESPONSE Provide a written response (no more than twenty (20) pages, 10 pt. Times New Roman font) to address all of the following: 1. Describe in detail how you plan to produce the GBS AN/USR-10 (v 1-5) and OE-581 antenna systems discussed in this RFI based on the data package and technical manual provided. 2. Describe in detail how you plan to produce GBS technical refresh kits to upgrade currently fielded AN/USR-10(v) systems affected by COTS obsolescence. 3. Describe in detail how you will ensure interoperability and interchangeability between the new GBS systems and technical refresh equipment. 4. Address any potential cost, schedule, technical and/or performance risks. Provide any suggested tradeoffs that could be used to mitigate these risks. 5. Provide your production schedule as baselined against the Government???s proposed milestone schedule described in Section 2.3, Delivery Period. 6. Advise on the adequacy and completeness of the RFI data package for proposal purposes on a full & open competition (F&OC) basis. Advise what additional GFI data may be necessary for proposal purposes on a F&OC basis. 7. Advise what, if any, restrictions exist on the GFI data for the purpose of conducting F&OC. 8. Advise on contract type. Note: Government is considering a Firm Fixed Price (FFP) contract for the production effort. 5.0 RESPONSE SUBMITTAL 5.1 White papers in Microsoft Word for Office 2003 compatible format are due no later than 18 April 2008. Responses shall be submitted in writing via e-mail only to Mark Lopez, Procurement Contracting Officer (PCO) (mark.lopez@navy.mil). Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. PEO C4I, PMW/A 170 intends to utilize contractor support to assist in the review and evaluation of white papers. Respondents are requested to expressly state that permission is granted authorizing the use of BAH for the purpose of evaluating the respective respondents white paper. If any respondent does not currently have a Proprietary Data Protection Agreement (PDPA) that would permit the below Government support contractor(s) to review and evaluate white papers submitted in response to this RFI, the respondent is requested to execute PDPAs with these Government support contractor(s) for this purpose. An example of a PDPA can be found in Appendix A of this RFI. The specific PDPA language is between the Government support contractor and the prospective respondent. The point of contact for submission of the PDPA is: Company: Booz Allen Hamilton (BAH) POC: Jasmine Jorque Telephone Number: 619-542-4222 E-mail Address: jorque_jasmine@bah.com 5.2 The white paper shall be comprised of two (2) sections. 5.2.1 Section 1 shall provide administrative information and shall include the following information at a minimum (there is no page limitation for Section 1 of the white paper): 5.2.1.1 Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 5.2.1.2 Copies of executed PDPAs with the Government support contractors identified in Paragraph 5.1, along with a statement permitting the Government to allow the respondent???s white paper to be released to the Government support contractor identified above. In the absence of either executed PDPAs or a statement of release, the Government will assume that the respondent does NOT agree to the release of its response/submission to Government support contractors. 5.2.1.3 Business type (i.e., large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman- owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS). Please refer to Federal Acquisition Regulation (FAR) Part 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.acquisition.gov/comp/far/ind ex.html. 5.2.1.4 The safeguarding and facility security clearance level of the respondent. 5.2.2 Section 2 of the white paper shall provide the information requested in Section 4.1 of this RFI. Section 2 of the white paper is limited to twenty (20) pages as stated in Section 4.1. 6.0 INDUSTRY EXCHANGES Government representatives may or may not choose to meet with potential offerors. Such exchanges, should they occur, would be solely for the purpose of obtaining further clarification of potential capabilities to meet the requirements identified, especially with respect to any development and certification risks. 7.0 QUESTIONS Questions regarding this announcement shall be submitted in writing, via e-mail only, to Mark Lopez, Procurement Contracting Officer (PCO) (mark.lopez@navy.mil). Verbal questions will NOT be accepted. All questions will be answered by posting answers to the SPAWAR e-Commerce Central website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that all questions received will be answered. To access the SPAWAR e-Commerce Central website, go to https://e- commerce.spawar.navy.mil. Click on Headquarters, then Market Surveys, then click on the appropriate folder to view other important information related to this RFI. Interested parties are invited to subscribe to the SPAWAR website to ensure they receive any important information updates connected with this RFI. To subscribe, click on https://e- commerce.spawar.navy.mil/. 8.0 SUMMARY THIS IS A REQUEST FOR INFORMATION ONLY to identify sources that can produce GBS systems and technical refresh kits. The information provided in the RFI is subject to change and is not binding on the Government. The Navy 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. The Government is not responsible for any costs incurred in responding to this RFI. All RFI submissions shall become Government property and will not be returned.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=C10E837FC6A7A5FC8825741000611AC7&editflag=0)
 
Record
SN01535569-W 20080320/080318225020 (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.