Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOURCES SOUGHT

D -- SATCOM Architecture Analysis/ Joint Command, Control, Communications, Computers, and Intelligence (C4I) Decision Support Center (JCDSC) Support

Notice Date
3/5/2009
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
IT0017
 
Archive Date
3/27/2009
 
Point of Contact
Danielle Tonnies,, Phone: 618-229-9448, Steven W Francoeur,, Phone: 618-229-9672
 
E-Mail Address
Danielle.Tonnies@disa.mil, steven.francoeur@disa.mil
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for SATCOM Architecture Analysis/ Joint Command, Control, Communications, Computers, and Intelligence (C4I) Decision Support Center (JCDSC) Support. RFI Tracking No. IT0017.00 Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE: The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to procure SATCOM Architecture Analysis/JCDSC Support. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. TARGET AUDIENCE: In particular, only small businesses are requested to respond to this RFI to assist the DISA JCDSC Support Center in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. Sources Sought This Sources Sought Synopsis is requesting responses to the following criteria, ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Codes 517110 or 517410. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. Two or more qualified and capable small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219 14). Interested small businesses meeting the small business standard of NAICS codes 517110 or 517410, are requested to submit a response to the Contracting Officer within 7 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past five years) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Requested Information: Interested vendors are requested to submit a maximum 6 page statement of their knowledge and capabilities to perform SATCOM analysis and JCDSC support in accordance with the following: The DoD SATCOM architecture has recently undergone significant changes to support network centric, transformational concepts. Starting in December 2001 with the promulgation of Program Decision Memorandum IV, the architecture has evolved from largely a segmented collection of separate systems to a fully integrated system supporting the complete spectrum of user needs from diverse communities of interest. The resultant Transformational Communications Architecture (TCA) is viewed as the means of incorporating new technologies to provide significant levels of capabilities needed in the post-2010 timeframe. As the Program Manager for the Global Information Grid (GIG) and upgrades to the GIG, DISA has committed its support to TCA activities. DISA/GE22, as the lead office for communications transport, is a key source of engineering expertise for these efforts. Request small businesses qualified to support this contract action provide their experience and understanding of the following SATCOM areas:  Analysis and assessment of SATCOM user requirements;  Support to the Capabilities Development Document (CDD) Development, and Capabilities Production Document (CPD) processes;  Support to the TCA acquisition process;  SATCOM Integrated Concept Team (ICT) participation;  SATCOM performance assessment tool development;  SATCOM Gateway architecture assessments;  Support for the SATCOM Data Base (SDB) requirements process; and  Ad hoc support to ongoing and new studies and analysis activities (e.g., the Capability Portfolio Management (CPM) process for ASD(NII)) A key element in the efficient operation/management of user needs from these diverse communities of interest is the Satellite Communications (SATCOM) Database (SDB). The JCDSC originated with the development of the SDB to support the Joint Staff in their evaluation of satellite communications requirements. This capability has evolved into a much more comprehensive decision support system that includes an integrated satellite communications requirements data base, a data base of various war fighting scenarios and their associated communications needs, and a collection of system modeling and costing tools. The range of supported elements likewise expanded to include Combatant Commanders, Service, Agency, Joint Staff, and Office of the Secretary of Defense (OSD) Networks and Information Integration (NII) planners. The set of current and future SATCOM requirements forms the SATCOM Communications Data Base (SDB). The JCDSC maintains the SDB and develops the software required for Remote Users to access the SDB. The software suite required to access the SDB is known as the SATCOM Database - Management Tool (SDB-MT). To meet the needs of DISA, the Joint Staff, and organizations responsible for follow-on SATCOM systems development, the JCDSC maintains the Scenario Development Tool (SDT) software application. Responses Responses to this RFI are be submitted by e-mail to Danielle.Tonnies@disa.mil and RECEIVED by COB 12 March 2009. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Points of Contact Contracting Officer: Jane M. Uhles Phone: 618-229-9458 E-Mail: Jane.Uhles@disa.mil Contract Specialist: Steven W. Francoeur Phone: 618-229-9672 E-Mail: Steven.Francoeur@disa.mil Contract Specialist: Danielle Tonnies Phone: 618-229-9448 E-Mail: Danielle.Tonnies@disa.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=58742d8842911445e7893ee97bb52f41&tab=core&_cview=1)
 
Record
SN01763086-W 20090307/090305221253-58742d8842911445e7893ee97bb52f41 (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.