Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SPECIAL NOTICE

R -- Milstar Engineering Communications Services Support (MECSS)

Notice Date
4/3/2009
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-05-D-8000-8013
 
Point of Contact
Steven A Wells,, Phone: 719-567-3807, Kathryn Dillon,, Phone: 719-567-3847
 
E-Mail Address
steven.wells@schriever.af.mil, kathryn.dillon@schriever.af.mil
 
Small Business Set-Aside
N/A
 
Description
This Special Notice announces the Government's intention to award a sole-source task order under Contract No. FA2550-05-D-8000 (Milstar Engineering Communications Services Support - MECSS) to the contractor currently performing the effort (LinQuest Corp.). The proposed period of performance is 16 July 2009 through 15 April 2010 to ensure continuation of critical Milstar technical support while a follow-on source selection is in progress. This effort will encompass all areas of global satellite communications necessary to support the joint Milstar mission to include planning and monitoring of Strategic, Cryptographic, and Tactical areas of operation as well as real-time communications troubleshooting, apportionment enforcement, and payload resource trending. The support effort may include, but is not limited to strategic planning for evolving space technologies; development and integration of technology developments with future Milstar needs; identification and integration of cooperative requirements and technology planning with other space technology development centers. Areas of Qualifications/Capabilities Respondents must demonstrate a thorough understanding of the Milstar system and the 4th Space Operations Squadron (4 SOPS) & 614th Space Communications Squadron (614 SCS) mission. Core personnel must have a thorough understanding and extensive background in Army, Navy, Air Force, Marine, and joint deployment and tactics, as well as EHF terminal operations. This understanding is necessary for active participation in the 4 SOPS System Anomaly Resolution Team activities. The support requires an in-depth knowledge of Milstar EHF systems, communications operations, theater CONOPS, as well as a high level of expertise in network resource planning using the Milstar Communications Planning Tool-integrated (MCPT-i) and resource monitoring using MCPT-i and the Automated Communications Management System (ACMS). A high degree of EHF satellite planning expertise is required to rapidly analyze new communications requirements, assess system and user impacts, and present well thought out options for the 50 SW and 14th Air Force Leadership, the EHF SATCOM Operational Manager, and/or the Joint Staff. Support must reflect a high degree of expertise in developing apportionment plans for the Milstar strategic community and experience in all levels of planning from peacetime to wartime scenarios. Expertise in efficiently configuring constellation payload tables, developing terminal images for all EHF terminals, and experience in user data flow is mandatory. The effort involves detailed troubleshooting of user problems using Milstar Communications Asset Monitoring (CAM) data to identify and rapidly resolve communications related problems affecting Milstar users. Expert support is required to plan, build, and manage the installation of Over-The-Air-Re-key tables for all terminals using the Milstar system and assisting in the operational activation of Key Authorization Tables. Support would be required to visit service key managers to reconcile 4 SOPS planning databases with those being used to distribute keys to active users. Support personnel will analyze Satellite Authorization Requests/Approvals (SAR/SAA) submitted by military planners, prepare network activation schedules for 4 SOPS's 24-hour crews, distribute network communications plans, and provide real-time feedback of communications plans to Milstar managers. Support personnel will interact with Unified Combatant Command and Joint Staff communications planners to ensure optimum 4 SOPS support is provided for exercise and contingency operations. Support involves daily analysis of all active Low Data Rate (LDR) and Medium Data Rate (MDR) communications services-constellation wide-and the preparation and distribution of daily user advisory reports to the war fighters outlining payload usage inefficiencies, services violating constellation usage directives, and addressing issues of concern to the user community. Support will require active participation in Tactical Network Implementation Planning (TNIP) meetings to address single and global user issues, formulate/advocate/coordinate system policies, demonstrate/explain/train new capabilities, and develop courses of action to resolve system level deficiencies affecting Milstar communications. Effort will also require the regular attendance at working groups where issues affecting the current Milstar communications mission and future 4 SOPS capabilities are discussed. Support personnel must be proficient in Milstar theory and satellite communications planning in order to provide routine classroom instruction for Joint Staff, Unified Combatant Commanders, Global and Regional SATCOM Support Centers (G/RSSC), RSSC planners, 4 SOPS personnel, and the Milstar Management community at large. Monthly training must be provided for the 4 SOPS 24-hour crewmembers in all aspects of the communications mission and advanced network troubleshooting techniques. Support personnel will be required to produce documents that must adhere to professional technical writing and editing styles, and may include, but are not limited to: technical background papers, satellite resource utilization reports, monthly activity reports, and explanations of the results of data analyses. Additional Support Features It is anticipated that the required support will include maintenance actions of the Milstar Communications Planning Tool, integrated (MCPT-i) software program as follows: Mission The Military Satellite Communications (MILSATCOM) System Sustainment Office (MSSO) performs integrated sustainment of military satellite communications systems. The MSSO performs a variety of sustainment activities, including system engineering and integration, configuration management (CM) and status accounting, security engineering, and specialty engineering services in support of operational MILSATCOM systems. The MSSO will assume the program management responsibility of Milstar Communications Planning Tool - interim (MCPT-i), as part of the Mission Planning Element (MPE) of the Milstar communications system. Overview of Required Services Technical services are required to support MCPT-i software maintenance, for emergency maintenance only. Respondents shall demonstrate the capability to respond to mission critical user Deficiency Reports (DRs), as directed by the MSSO. Software Engineering Tasks After the MSSO has identified the validated, emergency software DRs to be engaged, the respondent must be able to complete the following software engineering tasks: 1) Identify software impact analysis related to deficiencies, including implementation solutions and operational impact; 2) Provide the capability to generate cost estimates to address validated deficiencies and modifications; 3) Demonstrate the capability to restore the software to an operational state; 4) Perform Qualification Tests on software changes; and 5) Update libraries of all production software, design documents, and related materials (e.g. software development folders) that include changes related to deficient software. Configuration Management Tasks Respondents must demonstrate the capability to perform change status accounting for all required emergency changes to software. Formal Testing After a DR has been addressed, the respondent must demonstrate the ability to accomplish formal qualification tests to ensure the software is operational. The respondent will be required to develop and coordinate a software qualification test plan validated through the MSSO elements. The contractor will also be required to develop and coordinate software test descriptions based upon the software qualification test plan. The contractor shall develop and coordinate a software test report at the conclusion of each test. Incumbent Contractor LinQuest Corporation, previously known as Titan CSSD, dba LinCom Corporation, currently performs engineering support services under Contract No. FA2550-05-D-8000 (Milstar Engineering Communications Services Support - MECSS) The core support personnel will be required to work with day-staff on-site at Schriever AFB, Colorado Springs, Colorado. Ability to work at the Secret security level is mandatory; ability to work at the Top Secret security level is highly desirable. Core personnel must possess at least a Secret Security clearance. Interested parties shall submit Statements of Capability with detailed descriptions of capabilities in the following areas: Statement of Capability (SOC) Submission Responses are due by April 24, 2009, 4:00pm Mountain Standard Time. Submitted information shall be UNCLASSIFIED. Respondents should be aware that the majority of resources must be employed within a Restricted Area and Secret environment. A statement must be addressed by respondents as to the ability to provide the personnel to perform support at the Secret level. The SOC shall contain company information to include point of contact information, company background, and pertinent and specific information addressing relevant technical capabilities in the following areas: (1) Expertise and/or the ability to demonstrate technical knowledge of Extremely High Frequency (EHF) waveform and emerging Milstar Satellite System programs and future protected-communications systems (i.e. AEHF) (2) Expertise and/or the ability to demonstrate relevant experience in operational, tactical, and strategic communications planning as it applies to the joint Milstar mission. (3) Experience in classroom instruction. (4) Develop new course materiel to include AEHF. (5) Develop new processes to accommodate legacy users into the combined Milstar - AEHF Constellation. (6) Develop processes, products, and procedures for incorporating AEHF into the day-to-day mission of 4 SOPS Communications Operations. (7) Research new technologies that would allow for more efficient dissemination of Milstar and AEHF information to the warfighter and 50 SW. (8) Develop new processes and procedures as 4 SOPS takes on an expanded Cryptographic mission with the deployment of AEHF terminals. (9) Expertise and/or the ability to demonstrate relevant experience in the development of operational mission planning and resource monitoring tools to evaluate and recommend changes/improvements to AEHF satellite communications systems hardware and software. (10) Expertise and/or the ability to demonstrate relevant experience with fielding and on-orbit support of new satellite communications systems to provide research, engineering, and technical studies for the development of future EHF and Transformational Communications Systems. (11) Expertise and/or the ability to demonstrate relevant experience in the development of software interfaces for satellite communications payload to enhance mission capabilities. (12) The ability to demonstrate Secure Mobile Anti-Jam Reliable Tactical Terminal (SMART-T), Single Channel Manned Portable (SCAMP), and Air Force Command Post terminals operations, Navy Extremely High Frequency Satellite Communications Program (NESP). (13) Expertise and/or the ability to demonstrate terminal control software operations. (14) Expertise and/or the ability to demonstrate DoD Automated Message Handling System (AMHS) message development and handling operations. (15) Expertise with Ground Mobile Deployment operations. (16) Expertise and/or the ability to operate cryptographic equipment utilized for EHF. (17) Expertise with Army, Navy, Air Force and Marine EHF operations. (18) Expertise and/or the ability to demonstrate web server administration and website development (19) Expertise and/or the ability to demonstrate Defensive Counter Space communications expertise. Company's standard format is acceptable; however, please limit responses to no more than 25 single-sided pages, excluding resumes. Resumes shall not exceed one page each. Regarding resumes, submittal of names, professional qualifications and specific experience of all personnel who may be assigned, not including clerical, may be included to enhance our consideration and evaluation of the information submitted. Interested parties must include a brief description of relevant contract experience offered to the Government and to commercial customers. Small business respondents shall clearly demonstrate how they will independently meet at least 50% of the requirements stated in this Special Notice. Include contract number and description, magnitude, and points of contact for each example provided (name of the point of contact, address, e-mail, telephone number, fax number, and the company's web page, if applicable). Responses referencing this notice may be submitted by mail, fax or e-mail Attention: Steven A. Wells, Contracting Officer. Address postal or parcel delivery to: 50CONS/LGCZB, 210 Falcon Parkway, Suite 2116, Schriever AFB CO 80912-2116; direct fax transmission to: 719-567-3153 (DSN 560-3153); or direct e-mail to: steven.wells@schriever.af.mil. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 1 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the submitter's responsibility to verify the package was delivered or e-file was received and can be viewed. Any responses received not addressing each of the stated requirements will be rejected. Notice to Interested Parties This synopsis is a Special Notice ONLY. This information is being provided to determine whether there are any potential contractors, in addition to the incumbent, who have the skills, knowledge and expertise required to fully support the proposed effort for the period 15 July 2009 - 15 April 2010. This IS NOT a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided by industry to the Government as a result of this sources sought notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. It is the responsibility of interested parties to monitor and review this site frequently for any updates, changes, or amendments to this notice. Requests for further information Only written requests for information regarding this notice received directly from the requestor are acceptable and should be directed to the Contracting Officer, Steven A. Wells, at the address listed herein. Telephone requests WILL NOT be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5ef00b1e18176806bbf0d82fa8bba37d&tab=core&_cview=1)
 
Place of Performance
Address: 4th Space Operations Squadron (4 SOPS), 614th Satellite Control Squadron (614 SCS), Schriever AFB, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN01784868-W 20090405/090403215849-5ef00b1e18176806bbf0d82fa8bba37d (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.