Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOURCES SOUGHT

J -- MILSATCOM System Support Team (MSST) Helpdesk and Cryptographic Modernization Initiative (CMI)

Notice Date
3/20/2012
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA8823_MSST
 
Point of Contact
Kimberly S. McGough, Phone: 7195562919, James D. Swartz, Phone: 7195560612
 
E-Mail Address
kimberly.mcgough@us.af.mil, james.swartz@us.af.mil
(kimberly.mcgough@us.af.mil, james.swartz@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The primary function of this contract is to support the 24/7 MSST Helpdesk. The helpdesk provides the Air Force Command Post Terminal (AFCPT) warfighters with telephonic and hands-on anomaly investigation, baseband and associated baseband devices (Milstar Messaging Applications (MMA), Time Distribution Subsystem Pre-Processor (TDSPP), Analog/Digital Voice Terminal (ANDVT), etc.) anomaly resolution, and reporting metrics associated with deviations. Contractor technical expertise is vital in resolving system anomalies for the warfighter to ensure secure communications capability. The CMI is a National Security Agency (NSA) identified and Chairman of Joint Chief of Staff (CJCS)-directed program fulfilling a need to modernize legacy cryptographic equipment. Contractor will travel to sites and provide installation of equipment to accomplish CMI. It affects all MILSATCOM systems and impacts voice and data secure communications support for POTUS, SECDEF, JCS, HQ AF, Combatant CCs, and MAJCOMs. The primary objective of this contract is to support the 24/7 helpdesk. The secondary objective and primary effort is to develop, design, integrate and test modifications to the MILSATCOM systems as related to the hardware and software developments and/or circuit interruptions. Interested parties must submit an unclassified Statement of Capability (SOC) within 10 business days of this announcement demonstrating the following: 1. Operate, maintain, install, remove, and troubleshoot the following legacy terminals: AFCPT, SMART-T, SCAMP, MMP, and DMU-II 2. The ability to support future terminals, currently under development. These terminals include FAB-T, MMP-U, ASMART-T, and G-ASNT 3. Plan and execute modernization projects to aid with the sustainment of legacy terminals. 4. Provide 24/7 helpdesk services and systemic fault isolation guidance to the MILSATCOM operational community and a capability to respond to Emergency On-Site Maintenance (EOSM) 5. Demonstrate communication skills commensurate with a customer service-oriented business 6. Provide depot-level support for component-level repairs of AFCPT Line Replaceable Units (LRU) and Shop Replaceable Units (SRU) 7. Ability to obtain, analyze and report logistics and trending metrics 8. Qualified/experienced operations and sustainment personnel with Top Secret security clearance 9. A capability to provide a detailed expenditures tracking and approval system identifying all charges submitted to the Government. The SOC will not exceed 15 single-sided pages and must conform to a 8.5 by 11 inch page, with font no smaller than 12-point and a minimum of 1-inch margins. Response must be submitted by e-mail in electronic form in MS Word or PDF Format. The basic period of performance is anticipated to be nine months, 1 September 2012 to 31 May 2013, with four (4) one-year options through May 2016. If the Government elects to do so, a projected Request for Proposal (RFP) release date for this effort is estimated to be June 2012, with an estimated award by no later than 3rd Quarter FY12. This synopsis is for information and planning purposes only; it does not constitute a RFP. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. Any response to this synopsis is not an offer and cannot be accepted by the Government to form a binding contract. The Government will not recognize any cost associated with the submission of a SOC. The Government will use any information received for planning purposes in support of market research and to improve the understanding of industry capabilities in response to the SOC. The applicable North American Industry Classification System (NAICS) code is 517410. The size standard for NAICS code 517410 is $15M. Small businesses are encouraged to submit a SOC. Submit all responses to synopsis to: SMC/PKL, Attn: Kimberly McGough, 1050 East Stewart Avenue, Peterson AFB, CO 80914-2902 (kimberly.mcgough@us.af.mil).   Under FAR 16.505(b)(6), vendors who are not selected to perform work under a task order award may contact the designated Agency contract Ombudsman for the ENCORE II contracts. The Ombudsman is responsible for reviewing complaints from the contractors and ensures that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract and established guidelines. The designated Ombudsman for the ENCORE II contract is: DISA Agency Competition Advocate/Ombudsman DISA/PLD P.O. Box 4502 Arlington, VA 22204-45023206 Phone: (703) 681-0304 List of Acronyms: MILSATCOM-Military Satellite Communications POTUS-Presidents of the United States SECDEF-Secretary of Defense JCS-Joint Chiefs of Staff HQ AF-Headquarters Air Force Combatant CCs-Combatant Commanders MAJCOMs-Major Commands AFCPT-Air Force Command Post Terminals SMART-T-Secure Mobile Anti-Jam Reliable Tactical-Terminal SCAMP-Single Channel Anti-Jam Man Portable MMP-Minuteman Minimum Essential Emergency Communications Network (MEECN) Program DMU-II-Dual Modem Upgrade FAB-T-Family of Advanced Beyond-Line-Of-Sight Terminal MMP-U-Minuteman Minimum Essential Emergency Communications Network (MEECN) Program Upgrade ASMART-T-Advanced Secure Mobile Anti-Jam Reliable Tactical-Terminal G-ASNT-Global Aircrew Strategic Network Terminal
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823_MSST/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80922, United States
Zip Code: 80922
 
Record
SN02700966-W 20120322/120320235613-d529e28783d14a1ada100720c850979d (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.