W519TC-25-R-DESS – Sources Sought – MODERNIZATION OF ENTERPRISE TERMINALS (MET) DEPOT AND ENGINEERING SERVICES SUPPORT

Apr 25, 2024 | Sources Sought

REQUEST FOR INFORMATION

Product Manager for Wideband Enterprise Satellite Systems

Synopsis:

SOURCES SOUGHT FOR A POTENTIAL REQUIREMENT FOR THE SUSTAINMENT OF FIXED SATELLITE COMMUNICATIONS TERMINALS.

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES AND DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THE INFORMATION PROVIDED IN THIS NOTICE IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT.

  1. DESCRIPTION
     

1.1 Product Manager for Wideband Enterprise Satellite Communications Systems (PdM WESS), Fort Belvoir, VA, is seeking information from potential offerors for Modernization of Enterprise Terminals (MET) Depot and Engineering Services Support (DESS) services related to sustainment support of various military satellite communications (SATCOM) terminal programs. The Government tentatively plans to include the equipment, data, and services described herein in a pending solicitation.

Support for the following systems is covered in this Request for Information (RFI):

  • Modernization of Enterprise Terminals (MET) Program, including AN/GSC-52B(V)1-6 and 10-12.
  • AN/GSC-52 Modernization (52 Mod) Program, including AN/FSC-78C; AN/GSC-39C; AN/GSC-52A(V)1-6 and 8, OU-187 L-Band Interface Unit (LBIU), and AN/TSC-86 F.

There are approximately 100 terminals to be sustained at approximately 53 worldwide locations.

The following services are included in this requirement:

  1. Depot Support will include the resources and services to provide a depot for Government-owned items. Depot support includes supply stock, and issue, material handling, repair, kitting, packaging, packing/crating, and shipping and receiving equipment to and from worldwide locations. This may include packing/crating and shipping MET systems and de-installed legacy terminals (52Mod).  Depot support also includes replenishment of depleted supplies, warranty tracking and resolution, and on-site depot level maintenance. A real-time web-based depot material inventory management system is required which will interface with the MET Supply Support System currently in use for sites to order replacement parts, consumable items and tools, as well as obtain repair and calibration of test equipment.  In the future, the depot material accountability will also be required via the Defense Property Accountability System and Global Combat Supply System-Army (GCSS-A).
  2. Integrated Product Support (IPS) will be required for all equipment being supported, including maintenance of existing and development of new technical documentation.  IPS may also include planning, scheduling, and conducting New Equipment Training (NET) using existing NET course materials; development of and conducting sustainment training courses will be included; and updating training materials.  IPS also requires collecting and analyzing failure data and resolution of failure trends.
  3. Engineering Services Support will include obsolescence mitigation, integrating new technology/capability into the AN/GSC-52B(V) terminals, system testing, performing technical studies and analyses, and verifying compliance of terminals to all program requirements.   Obsolescence mitigation will include monitoring product availabilty, evaluating and recommending replacements for obsolete parts or technology, and testing to verify approved changes.  Integration of new technology will include performing market surveys to identify new technology, engineering analyses to verify improved performance, maintainability and reliability, estimating costs, design, implementing and testing.  Test support will include development of test plans, procedures and reports and executing first article/developmental testing and satellite Earth terminal certification testing.  Engineering Services will also include monitor/evaluate field and installation problem reports and determine courses of action to resolve those problems.  
  4. Software (SW) and Cybersecurity support includes documenting all software/firmware problems and changes, evaluation of software/firmware defects or requests for enhancements/changes, designing, implementing, and integrating approved changes; testing software and firmware to verify that it meets all applicable program and Cyber requirements, is compliant with approved configuration baseline, and maintains Authority to Operate (ATO); maintaining documentation related to software; support site and user personnel in installing and using program software; and maintaining and operating a software development environment provided by the Government. Support includes a monthly IAVA and patching, and quarterly IAVAs, patching and STIGs software release
  5. Installation and De-Installation Services are required and may include site surveys, site design documentation, site preparation, de-installation of legacy terminals and radomes, installation of MET systems and radomes, and installation related testing. These services may also require assisting Government installation teams with installation related issues and testing. 
  6. Technical Assistance is required to provide field service support in response to customer inquiries and requests, problem troubleshooting and SW/Cyber issues.  Technical assistance via telephone and email is required 24 hours per day, 7 days per week for urgent issues which render a terminal nonoperational.  Onsite technical assistance may be required when approved by the Government.   

The Government anticipates acquiring services using a Firm Fixed Price and Cost Plus Fixed Fee (CPFF) contract.

1.2 This is an RFI only. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  This RFI does not commit the Government to contract for any supply or service whatsoever.  Further, PdM WESS is not at this time seeking proposals and will not accept unsolicited proposals.  Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.  Please be advised that all submissions become Government property and will not be returned.  Not responding to this RFI does not preclude participation in any future RFP, if any is issued.  If a solicitation is released, it will be synopsized on the System for Award Management (SAM.gov) website. It is the responsibility of the potential offerors to monitor that site for additional information.

  1. BACKGROUND

PdM WESS, Fort Belvoir, VA, manages the acquisition, development, modernization and sustainment of enterprise SATCOM systems and satellite network control and planning systems for the Wideband Global Satellite (WGS), Defense Satellite Communications Systems, and commercial satellite systems.   

2.1 Production:

Limited production of replacement or spare parts may be required during the sustainment of these terminals. 

2.2 Period of Performance (PoP):

The PoP for services is anticipated to be 5 years after contract award.

2.3 Limitations:

The Government owns a complete technical package for 52 Mod. The Government does not own technical packages for the following MET subsystems: antennas, L-Band Switch Subsystem, Single Carrier Converter Subsystem, Operations and Maintenance Van, Integrated Equipment Shelter, Frequency and Timing Subsystem (FTSS) and Fiber Optic Interconnect Facility. Troubleshooting, diagnosis, repair, and replacement of the listed items may require the expertise of the original equipment manufacturers.

2.4 Security Requirement:

The work to be performed requires a facility clearance level of SECRET.  Personnel performing on-site activities including installation, de-installation, training, maintenance, and technical support may be required to possess a SECRET or higher security clearance level.

  1. REQUESTED INFORMATION

Interested potential offerors are asked to provide a white paper containing the following specific information:

    1. Name, address, and Commercial and Government Entity (CAGE) code of your company.
    2. Name, mailing address, overnight delivery address (if different from mailing address), phone number, and e-mail of designated point of contact.
    3. 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) as defined in the North American Industry Classification System (NAICS) 541330, 2022 version.
    4. The facility security clearance level.
    5. No more than 15 pages describing how your company’s technical expertise can provide the required services. Minimize and identify any proprietary information. Include the following information:
    6. Identification of capabilities and/or current products and services offered by your company which most closely match the capabilities specified above.
    7. A list of past and current customers to which your company provided similar services, including a customer/company name and point of contact, phone number, and address/e-mail where they can be contacted.
    8. Description of any company experience with military satellite communications systems with antenna sizes from 4.8 to 12.2m.
    9. Description of any company experience with WGS Terminal certification.
    10. Description of any company experience in DoD Instruction (DoDI) 8510.01 Risk Management Framework to develop an accreditation package to obtain an Authority to Operate.
    11. Date of ISO 9001 certification
    12. State whether your company is Capability Maturity Model Integration (CMMI) certified, and if so to what level.        

4.0 RESPONSES

Please furnish the above requested information in PDF or Microsoft Word format no later than 05/20/2024 to Mr. Thor A. Olson, Contract Specialist at [email protected]. All questions should be directed to:

Mr. Thor A. Olson, Contract Specialist

Army Contracting Command – Rock Island

3055 Rodman Avenue

Rock Island, Illinois 61299-8000

United States

[email protected]

5.0 INDUSTRY DISCUSSION

PdM WESS representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements.

6.0 QUESTIONS

Questions regarding this announcement may be submitted in writing by e-mail to the Contracting Specialist:

Mr. Thor A. Olson, Contract Specialist

Army Contracting Command – Rock Island

[email protected]

Verbal questions will NOT be accepted.  Questions shall not contain proprietary or classified information. The Government does not guarantee that questions received after 05/20/2023 will be answered.  Questions and answers judged to be of general interest will be posted on SAM.gov.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.