The RFP Database
New business relationships start here

NSWCCD Maritime VSAT services and terminals


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

SOURCES SOUGHT ANNOUNCEMENT


The Defense Information Systems Agency (DISA) is seeking sources for Maritime VSAT service supporting Naval Surface Warfare Center Carderock Division (NSWCCD) Combatant Craft Division and maritime terminal availability.


CONTRACTING OFFICE ADDRESS:
DISA/DITCO/PL8222
2300 East Drive, Building 3600
Scott Air Force Base, Illinois 62225


INTRODUCTION:


This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of both large and small businesses on General Services Administration (GSA) Schedule 70 Special Item Number (SIN) 132-55 (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, and Woman Owned Small Business) to provide the required products and/or services.


DISA is seeking information for potential sources on available offerings and structure for Maritime VSAT services and maritime terminal availability.


DISCLAIMER:

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.


CONTRACT/PROGRAM BACKGROUND:


This is sources sought to identify available services and terminals. The anticipated period of performance is a 12-month base period beginning in May 2018 followed by four 12-month option periods for Maritime services.


REQUIRED CAPABILITIES:


The Maritime VSAT services and terminals would support NSWCCD Combatant Craft Division which conducts waterfront operations in support of engineering, test and evaluation on demonstration and in-service (fielded) watercraft from a facility at Naval Station Norfolk. Many craft require low acoustic, radar, and visual signatures. These factors, coupled with greater use of commercial-off-the-shelf (COTS) hardware and software, demand thorough testing and evaluation, and require full spectrum engineering support throughout the full life-cycle.


The Government is seeking information on available Maritime VSAT services and terminals that meet the requirements specified below:


1. Maritime VSAT service for a watercraft based KVH TracPhone V7 IP that supports up to a 4 Mbps (downlink)/ 2 Mbps (Uplink).


a. Service offerings/packages, such as subscriptions or usage based offerings


b. Committed information rate (CIR) structure for available services

c. Estimated date of availability of services on GSA Schedule 70 SIN 132-55, if not already available


2. Maritime terminals that are 60 centimeters or less in diameter, and weigh 60 pounds or less.


a. Terminals must support a service similar to Section 1


b. Terminals must be capable of being mast mounted on a maritime vessel


c. Terminals must be capable of receiving service on the move


d. Terminals shall support a minimum of 3 Mbps (downlink)/ 1 Mbps (Uplink).


i. Service offerings/packages, such as subscriptions or usage based offerings


ii. CIR structure for available services

iii. Estimated date of availability of services on GSA Schedule 70 SIN 132-55, if not already available


3. Regional availability of all services or limitations of service offerings.



SPECIAL REQUIREMENTS


None


SOURCES SOUGHT:
The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517410, with the corresponding size standard of $32,500,000.00. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from businesses that can provide the required services under the NAICS Code.
To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.


In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).
SUBMISSION DETAILS:


Responses should also include:
1) Business name and address;
2) Name of company representative and their business title;
3) Type of Small Business;
4) Cage Code;
5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include GSA Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)


Vendors who wish to respond to this should send responses via email NLT January 15, 2018 9:00 AM Eastern Daylight Time (EDT) to tina.m.aviles.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format.


Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.


 


Tina M. Aviles, Contract Specialist, Phone 6182299548, Email tina.m.aviles.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP