Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SPECIAL NOTICE

D -- This special notice (Draft Solicitation) is being published, for market research purposes only.

Notice Date
1/20/2011
 
Notice Type
Special Notice
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-11-R-0003
 
Archive Date
4/20/2011
 
Point of Contact
Jennifer Baker, 719-554-6210
 
E-Mail Address
U.S. Army Strategic Command
(jen.d.baker@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. This special notice (Draft Solicitation) is being published, for market research purposes only. Draft Solicitation W91260-11-R-0003 (attachment 1) is for Wideband SATCOM Operations & Technical Support (WSOTS). The contract was previously known as DOCS4 (Defense Satellite Communications Systems Operations Control System Site Support and Services), Contract Number DASG62-02-C-0002. 2. The Wideband Satellite Communications (SATCOM) Operations & Technical Support (WSOTS) contract provides U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT) with site support and services for the Wideband SATCOM Operational Management System (WSOMS). The WSOMS supports planning, management, and control for Wideband Global SATCOM (WGS) and Defense Satellite Communications System (DSCS) satellite system operations, as well as support for other SATCOM services for satellites operating in the C and Ku bands. The WSOTS contract serves the following organizations: U.S. Army (USA), U.S. Air Force (USAF), U.S. Navy (USN), Defense Information Systems Agency (DISA), Australian Defence Force (ADF), and other Department of Defense (DOD) and non-DOD organizations. The facilities supporting these organizations are located worldwide. They include the Wideband SATCOM Operations Centers (WSOCs); DSCS Operations Control System (DOCS) Certification Facility (DCF); Global SATCOM Support Center (GSSC), which includes the GSSC element that supports DSCS operations; Regional SATCOM Support Centers (RSSCs); DISA Engineering Center and Emergency Relocation Site (ERS); Global Network Operations (NetOps) Center (GNC); Theater NetOps Centers (TNCs); Australian Defence Network Operations Centre (DNOC); U.S. Army Communications-Electronics Command (USACECOM), Project Manager Defense Communications and Army Transmission Systems (PM DCATS); U.S. Army Signal Center and Fort Gordon (USASC&FG); Tennessee Air National Guard (TNANG); and, designated SATCOM earth terminals. The location of the supported systems and equipment is shown in the performance work statement (PWS). The WSOTS contractor will be responsible for monitoring, configuring, and maintaining the WSOMS network. The contractor shall provide on-site maintenance and repair, operations support, and technical assistance; on-call maintenance and repair, operations support, and technical assistance; depot and supply support and services; training support and services; logistic support and services; networking support and services; communications analysis; hardware maintenance support and services; software, firmware, and database support and services; and computer system administration support and services for the systems, equipment. 3. This is a Draft Request for Proposal (RFP), only. A solicitation is not 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, nor does it restrict the Government to a particular acquisition approach. Responses to this Draft solicitation will be used for a market research to assist in determining the appropriate acquisition strategy. 4. Any information provided by industry to the Government as a result of this Draft Solicitation is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect cost or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from industries responses to this notice may be used in revising the Draft Solicitation and Potential Acquisition Strategy. Vendors are reminded that as the Acquisition Strategy has not approved any information provided in this Draft Solicitation could change before final issuance. If/when final solicitation is issued it is the vendor's responsibility to ensure understanding of the terms and conditions as identified in final solicitation. 5. The Government will be hosting One on One sessions on 7 February 2011. Each session will be limited to 15 minutes. Each vendor will be authorized three attendees. Interested vendors should contact Ms. Theresa Coffenberry and Ms. Jennifer Baker via electronic mail: theresa.coffenberry@us.army.mil and jen.d.baker@us.army.mil. Each request should provide the following information: Vendor Name: Address: CCR Address: If different, than above Cage Code: Individual Names: Individual Phone Numbers: Individual E-mail Addresses: 6. The Government will be accepting questions/comments addressing solicitation requirements. Responses shall be received (by POCs identified in paragraph 6 above) no later than 1400 Mountain Time, Thursday, 10 February 2011. Vendor questions, to include Government responses, will be placed in the bidder's library with restricted access. Again, any information submitted by the respondents to this "Draft" solicitation is strictly voluntary. 7. Additional information, as it becomes available, will be posted as well as amendments to this announcement and will be available for viewing on Army Single Face to Industry (ASFI) https://acquisition.army.mil/asfi. It is the responsibility of the interested parties to review the site frequently for any updates/amendments to any and all documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W91260-11-R-0003/listing.html)
 
Record
SN02363066-W 20110122/110120234101-119a5103e9ea28c9d5c07ab71eb23a59 (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.