SOURCES SOUGHT
99 -- Common Networking Planning Software (CNPS)
- Notice Date
- 5/15/2018
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J18RCNPS
- Archive Date
- 6/14/2018
- Point of Contact
- Kelly L Herlein, Phone: 3097825843, Conrad Baker, Phone: 3097825417
- E-Mail Address
-
kelly.l.herlein.civ@mail.mil, a.c.baker2.civ@mail.mil
(kelly.l.herlein.civ@mail.mil, a.c.baker2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DECRIPTION: PROGRAM EXECUTIVE OFFICE (PEO) ENTERPRISE INFORMATION SYSTEMS (EIS)/ PROGRAM MANAGER (PM) DEFENSE COMMUNICATIONS AND ARMY TRANMISSION SYSTEMS (DCATS), PRODUCT MANAGER (PdM) WIDEBAND ENTERPRISE SATALLITE SYSTEMS (WESS) REQUEST FOR INFORMATION (RFI): This RFI is issued pursuant to FAR 15.201(e). Participation in this RFI is voluntary. Participation in this RFI is not required in order to respond to any subsequent procurement action ACC-RI may take. (A) INTRODUCTION: PM DCATS mission is to enable information dominance for the Army, Department of Defense, National Command Authority, and International Partners by acquiring, implementing, sustaining strategic satellite and terrestrial communications, and leading technologies to meet current and future requirements. PdM WESS manages the acquisition, development and modernization of enterprise satellite communication systems and state-of-the-art satellite network control and planning systems for use with Defense Satellite Communications Systems (DSCS), as well as Wideband Global Satellite (WGS) and commercial satellite systems. The PdM WESS satellite communications portfolio includes terminal and baseband products that are integrated into a system-of-systems architecture supporting strategic communications infrastructure, Presidential communications, the Defense Information Systems Network, Army LandWarNet, the Ballistic Missile Defense System, and tactical reach-back for deployed forces through DoD satellite communications gateways. PEO EIS/PM DCATS/PdM WESS is also responsible for maintaining the Common Networking Planning Software (CNPS), evaluating its performance in relation to current and future operational requirements, its interface with other existing and future Wideband SATCOM Operational Management System (WSOMS) components, implementing modifications to meet evolving operational and interface requirements, and supporting common network planning for the Wideband SATCOM Operations Centers (WSOCs) and Regional SATCOM Support Center (RSSCs) as required. The CNPS is the WSOMS subsystem responsible for the planning of all voice and data transmission over military and commercial wideband SATCOM systems. CNPS is a software tool which plans and allocates satellite bandwidth and power. These are the two key resources needed to support communications links between Earth Terminals via the Wideband Global SATCOM (WGS) system. (B) PURPOSE OF RFI: The purpose of this RFI is to find qualified and capable companies that are able to support CNPS. This support includes resource planning, analysis, and enhancement of advanced system concepts based on tactical and strategic user requirements to support existing and new Wideband SATCOM resources, technologies and operational missions. (C) SCOPE: The contractor shall provide engineering, technical, programmatic and administrative assistance for the CNPS acquisition, modification and enhancement effort managed by PEO EIS/PM DCATS/PdM WESS. This work will encompass efforts to refine requirements, engineer, test, certify, accredit, integrate, install, maintain, train, and support development and test efforts involving CNPS for all current and future CNPS versions in support of the wideband SATCOM resource planning mission, as tasked. The following tasks areas will apply to the work to be performed in support of this effort. Integrated Solutions Management Requirements Analysis Information & Knowledge Engineering Custom Modification and Enhancement Product Integration Test & Evaluation Communications Engineering Security Engineering Certification & Accreditation Web Services Operations Support Hardware Software Managed Services (D) PLACE OF PERFORMANCE: Continental United States (CONUS) and Outside Continental United States (OCONUS). (F) ASSEMBLY OF INFORMATION REQUESTED: Interested sources are requested to provide the following information: NOTICE: THERE IS NO SOLICITATION AT THIS TIME. This sources sought is for market research only and does not constitute a request for proposals; submission of any information in response to this sources sought is purely voluntary; the Government assumes no financial responsibility for any costs incurred. If your organization has the potential capability, please provide the following information: 1. Point of Contact Information: a. Company Names: b. Address: c. Point of Contact: d. Phone Number: e. Fax Number (s): f. Email address: 2. Please identify your company's small business size standard based on the applicable NAICs code of 517410, which has a corresponding Size Standard of $32.5 Million. For more information refer to http://www.sba.gov/. a. Large Business Concern b. Small Business Concern c. 8(a) d. Small disadvantaged Business (SDB) e. Woman-Owned Small Business (WOSB) f. Historically underutilized Business Zone (HUBZone) g. Veteran-Owned Small Business (VOSB) h. Service-Disabled Veteran-Owned Small Business (SDVOSB) 3. The facility security clearance of offeror 4. Identify your company's current products and services offered which most closely match the capabilities specified above. 5. Available product brochures, specifications sheets, photographs, illustrations and technical descriptions that describe your company's current products or services that most closely match these capabilities. Companies are encouraged to NOT include marketing information materials that do not relate to the services described in this RFI as it will be discarded however, responses may include URL links to technical documentation (i.e. technical data sheet) are welcomed. 6. An identification of your company's past and current customers to which your company provided similar products and services, including a customer/company name and point of contact, phone number, and address/e-mail where they can be contacted. 7. Your response should be limited to no more than 10 pages, font size 12, Arial. Any information used will be on a non-attribution basis. Restrictions that would limit the Government's ability to use the information for these purposes are of limited value to the Government and are discouraged. Please email your response to Mr. Conrad Baker, Contracting Officer at a.c.baker2.civ@mail.mil, and Ms. Kelly Herlein, Contract Specialist at kelly.l.herlein.civ@mail.mil by 1200 Noon on 30 May 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0d44a7b7f9c0c89d6d43942900f7e746)
- Place of Performance
- Address: CONUS & OCONUS, United States
- Record
- SN04922733-W 20180517/180515230602-0d44a7b7f9c0c89d6d43942900f7e746 (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 |