Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOURCES SOUGHT

70 -- Sources Sought - RMCE Transition - RMCE PWS - DRAFT

Notice Date
7/11/2018
 
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
W52P1J-18-RMCE2
 
Archive Date
8/9/2018
 
Point of Contact
Timothy W. Volkert, Phone: 3097821956, Marianne Whitmer, Phone: 3097826605
 
E-Mail Address
timothy.w.volkert.civ@mail.mil, marianne.whitmer.civ@mail.mil
(timothy.w.volkert.civ@mail.mil, marianne.whitmer.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PWS NOTICE: This Sources Sought is only open to contractors under the DISA Encore II IDIQ contract (HC1028-08-D-2023). Responses or questions from other contractors will not be accepted. Description: THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. The information provided in this notice is subject to change and does not bind the Government in any way. 1. Purpose Project Manager, Defense Communications and Army Transmission Systems (PM DCATS), Product Manager, Wideband Enterprise Satellite Systems (PdM WESS), Fort Belvoir, VA, is seeking information from all parties experienced in providing and supporting military satellite control functions in order to gage industry capacity and capability for providing maintenance and development support of the Remote Monitor and Control Equipment (RMCE) satellite sub-system. The work to be performed under the included PWS requires the Contractor to have a broad technical understanding of the WSOMS and WSOCs, and to be fully cognizant of the mission and functions of RMCE. The period of performance will be for 12 months. 2. Background PdM WESS provides worldwide support for the Joint Warfighters by providing dedicated strategic satellite ground components and long haul terrestrial microwave communication systems, technical control facilities, command center upgrades, and deployed forces infrastructure. PM DCATS was required to provide the capability to remotely monitor the Defense Satellite Communications System (DSCS) and Wideband Global Satellite Communications (WGS) satellite constellations, and to provide enhancements on an as-needed basis to meet emerging mission requirements. The RMCE is a system of commercial off-the-shelf (COTS) components installed in equipment racks designed to provide remote capability for payload control, payload monitoring, and transmissions control missions over the WGS satellites that does not exist within Army Forces Strategic Command's current capabilities. The RMCE is an augmentation of WSOMS-Net with functionality that provides for the monitoring and control of WGS payloads operating in orbital slots not sufficiently in view of the five existing Wideband Satellite Communications Operations Centers (WSOCs). The RMCE is best viewed as having three architectural components; Remote Site, Central Site and a private Infrastructure Network providing redundant data transport between sites and interfacing into the Wideband SATCOM Operational Management System (WSOMS) Network. The remote sites are controlled and monitored by the WSOC's with minimal physical support required at the remote terminal locations by contractor personnel. The RMCE system provides the capability to remotely administer the system via an Internet Protocol (IP) Keyboard, Video, Mouse (KVM) controlled by the WSOC operator. The RMCE is integrated into the Wideband SATCOM Operational Management System (WSOM) network, being connected between the WSOC's and Australia with either Red or Black communication links through a terrestrial network with alternate paths via SATCOM. The RMCE provides command, telemetry, and spectrum monitoring for a single WGS satellite by using the remote Global Satellite Configuration Control Element (GSCCE) modem equipment. Spectrum monitoring of WGS Spectrum Information Gathering (SIG)-1, SIG-2, and in-beam monitoring is accomplished using Wideband Remote Monitoring Sensor (WRMS). The current strategic remote monitoring and control locations are located at the five (5) WSOCs and the six (6) Remote Monitoring and Control Equipment (RMCE) sites located worldwide. Each WSOC has a suite of terminals to monitor and control the WGS and DSCS, the older constellation of DoD satellites. 3. Required Capabilities RMCE required capabilities are as follows: a. Maintain RMCE v1.2 software upgrade release worldwide. This might require the development of releases that address all priority 1, 2, & high-criticality 3 Software Change Requests (SCRs) and Software Problem Reports (SPRs). b. Maintain RMCE cybersecurity posture by producing quarterly information assurance software releases. This also includes adhering to all Department of Defense (DoD) Risk Management Framework requirements. c. Support the migration of RMCE database to the Wideband Satellite Communications Trend Analysis and Anomaly Resolution System/WSOMS Mediated Interoperability Infrastructure (WSTARS/WMII) infrastructure. This migration might result in a minor release solely for the purpose of supporting the migration and no additional enhancements should be included. d. Install, configure, and test RMCE at Camp Roberts, California e. Transition all RMCE lifecycle activities to the Government. f. The following ENCORE II task areas will apply to the work to be performed in support of this effort. • Task Area 2 - Integrated Solutions Management • Task Area 5 - Requirements Analysis • Task Area 6 - Market Research and Prototyping • Task Area 7 - Information and Knowledge Engineering • Task Area 8 - Custom Application Development • Task Area 9 - Product Integration • Task Area 10 - Test and Evaluation • Task Area 11 - Asset Management • Task Area 12 - Communications Engineering • Task Area 13 - Security Engineering Certification and Accreditation • Task Area 16 - Web Services • Task Area 17 - Operations Support • Task Area 18 - Hardware • Task Area 19 - Software • Task Area 20 - Managed Services 4. Requested Information. Interested parties shall submit a white paper, maximum of 20 pages, containing the following information: a. Name, address, and Contractor and Government Entity (CAGE) code of your company. b. Point of Contact (Name address, phone number, and e-mail). c. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services. d. Contractor's current facility security clearance. e. Capabilities package which identifies current services and capabilities your company offers that most closely match the capabilities specified above and within the included attachments. As part of your response, you may also provide technical descriptions and illustrations that help describe the services your firm has experience providing. **Note: This material will not count against the maximum page count for the white paper, but shall not exceed 20 pages (40 Page maximum: White Paper - 20 pages and References - 20 Pages).** The Government would also like responses to the following questions: (1) How long of a transition period is anticipated before your company could assume operational control of all tasks required for the RMCE program? (2) Does your organization have experience transitioning a program to Government control? For purposes of this sources sought notice, the following document is are attached to further define the service requirements: Attachment 001 - RMCE PWS - DRAFT Attachment 002 - RMCE System Specification (The RMCE System Specification is an export controlled document. You must request access to this document. A link to request access will be posted soon.) 5. Submission Instructions Responses to this sources sought notice are requested no later than 2 p.m. Central Time on 25 July 2018. Submit your responses via email to Contract Specialist Tim Volkert at timothy.w.volkert.civ@mail.mil and Procuring Contract Officer (PCO) Marianne Whitmer at marianne.whitmer.civ@mail.mil. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Responses should be in Microsoft Word for Office 2000 compatible format. Please mark and segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Interested parties submitting responses are advised that all costs associated with responding to this notice will be solely at the interested party's expense. All questions relative to this sources sought should be submitted to Tim Volkert, contracting specialist, at timothy.w.volkert.civ@mail.mil and Procuring Contract Officer (PCO) Marianne Whitmer at marianne.whitmer.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4b9de0da9c83ad54338e4943150d4c5a)
 
Place of Performance
Address: U.S. Army Contracting Command - Rock Island, CCRC-TB, 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
Zip Code: 61299-8000
 
Record
SN04987192-W 20180713/180711231102-4b9de0da9c83ad54338e4943150d4c5a (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.