Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2011 FBO #3442
SOURCES SOUGHT

D -- Global Broadcast Service (GBS) Integration and Internet Protocol Satellite Communication (IP SATCOM) Integration and Engineering Support

Notice Date
4/26/2011
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
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
MAC0024
 
Archive Date
5/17/2011
 
Point of Contact
James J Franey, Phone: 618-229-9346, Gloria Witherspoon,
 
E-Mail Address
james.franey@disa.mil, gloria.witherspoon@disa.mil
(james.franey@disa.mil, gloria.witherspoon@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Global Broadcast Service (GBS) Integration and Internet Protocol Satellite Communication (IP SATCOM) Integration and Engineering Support 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 Defense Information System Agency (DISA) DoD Gateway Branch (NSE24) is conducting this Request for Information (RFI), for its Global Broadcast Service (GBS) Integration and Internet Protocol Satellite Communication (IP SATCOM) Integration and Engineering Support Contract, to determine sources with competencies and demonstrated experience and understanding of DoD communications systems that includes satellite based, terrestrial and tactical systems; in assessment of emerging commercial technologies and development of architectures that integrate the proven technologies into operational communications systems; identification of net-centric services that extend enterprise services and end user tactical training. The area of focus will to provide Global Broadcast Service Connectivity, Integration and Engineering support, maintain an operational Digital Video Broadcast-Return Channel Satellite network, provide tactical end user training, and provide IP SATCOM Integration and Engineering Support to the for the DoD Gateway Program. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for the Defense Information System Agency's GBS Integration and Engineering and IP SATCOM Integration and Engineering Support Contract. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is a request for all interested parties including small businesses to describe their technical capabilities and demonstrated experience with support for the Defense Information System Agency's GBS Integration and Engineering and IP SATCOM Integration and Engineering Support contract needs. Interested parties should describe their technical capabilities and demo nstrated experience with DoD communications systems that includes satellite based, terrestrial and tactical systems; in assessment of emerging commercial technologies and development of architectures that integrate the proven technologies into operational communications systems; identification of net-centric services that extend enterprise services and end user tactical training. All interested contractors are requested to provide written response to the requested information below. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages. The acquisition has 7 tasks as listed below: Task 1 - Project Management Task 2 - Requirements Task 3 - Design Task 4 - Development/Application Maintenance Task 5 - Test and Evaluation Task 6 - System Operations and Maintenance Task 7 - End User System Training Sources Sought: This Sources Sought Synopsis is requesting responses to the following criteria from interested parties that can provide the required services under the North American Industry Classification System (NAICS) Code 541511, 541512, 541513, 541519 and 541611 or other interested parties. This Synopsis is encouraging responses from any qualified and capable source, including Small Businesses, 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 two or more qualified and capable Small Businesses to provide the aforementioned service. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. 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 code 541511, 541512, 541513, 541519 and 541611 or other interested parties are requested to submit a response to the POCs provided at the end of this release within 5 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 three years or work that is on-going) 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. Please note that personnel will be required to have DoD Secret and Top Secret will be required at contract award. Personnel will be required to obtain higher clearance levels after award. Requested Information: Interested vendors are requested to submit a maximum 10 page statement of their knowledge and capabilities to perform the following: •a) Describe your experience managing the technical and functional activities associated with DoD communications systems that includes satellite based, terrestrial and tactical systems. The experience should include, but not be limited to: ability to operate, engineer and maintain a Tier III helpdesk support for an operational system and provide experienced technical staffing which possesses a current Secret and Top Secret investigation; and maintaining a contract workforce of at least 25 FTEs. Data center engineering; design and management for IT equipment in Lab and Operational environment. •b) Describe experience with providing logistics support the management of an operational system and lab to include the management and tracking on equipment and spares. •c) Describe experience and ability to design, develop, maintain and operate Very Small Aperture Terminal (VSAT) into an operational communication systems. •d) Describe experience and ability to design and integrate and support both emerging wireless technologies and tactical video backhaul technologies into an a DOD communication system. •e) Describe experience with working with DoD programs such as Global Broadcast Service (GBS), Defense Information Systems Network, the Defense Enterprise Computing Centers, the DoD Teleport, Joint IP Modem (JIPM). •f) Describe experience with conducing tactical end user training with a focus on DoD communication systems and equipment to include but not limited to in school training and on-hands training. •g) Describe your experience in supporting, implementing and maintaining system Certification and Accreditation (C&A) efforts through the DoD Information Assurance Certification and Accreditation Process (DIACAP) by providing examples of successfully fielded system deployments as well as lab and testing environments. •h) Describe your experience and ability to work closely with other vendors to coordinate and testing and evaluations of technologies for integration, technology refresh planning and analysis. Also describe experience and ability to work closely with other contractors to develop and execute a single schedule to cover the installation and/or integration of new technology into an operational system. •i) Describe you experience with conducting and performing testing and demonstration exercises with other vendors to include various DoD and Federal Agencies, Combatant Command s (COCOMS), Foreign Military and Governments and other vendors. Responses: Interested vendors should forward their capabilities and other information to be considered to gloria.witherspoon@disa.mil. Responses to this RFI are to be submitted by and RECEIVED by 4:00 PM EST, 02 May 2011 to the Project Manager listed below. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2007. 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: James Franey Phone: 618-229-9346 E-Mail: james.franey@disa.mil Project Manager: Gloria Witherspoon E-Mail: gloria.witherspoon@disa.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0024/listing.html)
 
Record
SN02433049-W 20110428/110426234125-96195e1f3c4c43b94d7dc479dfe133b4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.