The RFP Database
New business relationships start here

Deployed Operations Commercial Telecommunications Support


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

ORGANIZATIONAL OVERVIEW: USSOCOM uses an integrated satellite and terrestrial telecommunications system to support the dissemination of Command, Control, Communications, Computer and Intelligence (C4I) information between the United States Special Operations Command (USSOCOM), its components, and their major subordinate units as well as selected Government agencies and activities directly associated with the special operations community. Network connectivity includes satellite transmission and terrestrial services to connect communication hubs to deployed communication nodes located in the Continental United States (CONUS) and Outside the Continental United States (OCONUS) in support of deployed Special Operations Forces (SOF).


USSOCOM's quick reaction and deployment mission requirements cover a worldwide Area of Responsibility (AOR). USSOCOM's May 2003 designation as the Combatant Command charged with executing the Global War on Terrorism (GWOT), now Overseas Contingency Operations (OCO), has resulted in dramatically increased mission volume. The execution of OCO plans has increased requirements for flexibility, rapid force displacement, and rapid transition and reconfiguration of communication services through geographic regions and countries where Special Operations Forces (SOF) operate.

PURPOSE: The purpose of this Request for Information (RFI) is to conduct market research which will be used to plan and implement an acquisition strategy to procure services relating to the following:

All aspects of Program Management, bandwidth management (terrestrial and satellite), and end-to-end solutions required by the USSOCOM Satellite Operations' worldwide requirements. The focus of this effort is to support the current and future Satellite Programs. Specific areas of support and assistance include:
• Program Management
• Preparing and maintaining required program documentation
• Preparing and maintaining weekly configuration control and program status reviews
• Developing and maintaining schedules
• Operations requirement planning
• Satellite Operations Center
• Test and Evaluation support
• Information Assurance and certification of all network devices
• Procurement of Satellite and Network related hardware and software
• World-Wide Procurement of Satellite and Terrestrial Bandwidth
• Management of Satellite Communications (C4) and Intelligence, Surveillance, and Reconnaissance (ISR) networks

This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI.


USSOCOM is requesting responses to the following criteria from businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 517410. A response to this RFI is necessary in order to assist USSOCOM in determining the potential levels of interest, adequate competition, and technical capability within the community to provide the required services.
Responses shall provide the business's DUNS number and CAGE code. 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 the work required.


REQUESTED INFORMATION:
Interested vendors are requested to detail their knowledge and ability to perform the following:

a) Vendor shall be capable of managing and maintaining a certified Private Dual Diverse Leased Line terrestrial network to include the implementation of STIGs and IAVAs on all required network devices. Interested vendors shall provide a detailed description of their capability and shall include examples of work performed in the past three years as a prime contractor that included providing a fully certified and compliant network that resulted in a government issued ATO for MAC-I under DIACAP or Government issued ATO with Confidentiality, Integrity and Availably rating of at least Moderate, Moderate, High. As an attachment to the RFI response, not included in the page count, provide a copy of the ATO with the certification (DIACAP, RMF, or other government accreditation) and include Circuit layout records that detail the diverse circuit paths of your existing terrestrial network.

b) Vendor shall have SIPR connectivity (including Red phone lines) with the ability to operate and store at the SECRET level. Interested vendors shall provide a DSS Certification letter that confirms the contractor's network operations center facility has SIPR connectivity with the ability to operate and store at the SECRET level.

c) Vendor shall provide a workforce and Subject Matter Experts (SME's) with a U.S. TOP SECRET with Sensitive Compartmented Information (SCI) security clearance. This requires a Top Secret Facility Clearance (FCL). Interested vendors shall provide a current and valid Cage Code. The provided Cage Code will be searched through DSS to determine facility clearance.

d) Vendor shall be capable of transitioning the current network successfully. The current USSOCOM Network consists of Government Furnished Equipment (GFE) including iDirect Hubs, switches and routers that will need to be repurposed as part of the transition plan. Interested vendors shall provide an example of a relevant large scale network transition performed as the prime contractor in which the transition was successfully accomplished in 90 days or less from contract award. This detailed description shall include the risk and cost mitigations taken that reduced the overall risk to the government and also reduced the long-term cost of the transition.
 
e) Interested vendors shall provide recent and relevant past performance references for awarded prime Government contracts within the last three to five years that simultaneously provided at least 500 MHz of global commercial satellite capacity. Information shall include: Contract Number, Project Title, a brief description of the work performed, Total Dollar Value, and POC information for the Government Contracting Officer AND either the Contracting Officer's Representative (COR) or Program Manager.


RESPONSES:
Responses shall be limited to 10 pages. Responses to this RFI shall be submitted by e-mail to the Contracting Officer at ashley.farrier@socom.mil. Responses shall be single spaced, Times New Roman, 12-point font, with one-inch margins. For tables, charts, graphs, and figures, the text shall be no smaller than Microsoft Word 9 point, Times New Roman.



USSOCOM believes that an email not exceeding 10MB when sent will transit the system successfully and be received by the Contracting Officer. If your complete response exceeds this size, please submit via multiple emails, and indicate in the subject line the number of emails being submitted (i.e. H92222-18-R-SATCOM RFI, Email 2 of 5). The contracting team will confirm receipt of your response. If you receive a rejection notice from the email system after emailing your response, or you do not receive a confirmation, you can assume your response was NOT received.  


Ashley M. Farrier, Contracting Officer, Phone 8138267335, Email ashley.farrier@socom.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP