The RFP Database
New business relationships start here

Wideband SATCOM Operational Management System Upgrades


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

This is a SOURCES SOUGHT ANNOUNCEMENT and is issued for INFORMATION AND PLANNING PURPOSES ONLY. This is NOT a SOLICITATION. This is not a request for proposal and is not to be construed as a commitment by the Government to evaluate or purchase any goods or services. The Government will not reimburse for information requested nor will it compensate any respondent for any cost incurred in developing information or materials furnished in response to this sources sought notice.
Information received as a result of this notice will become part of our market research and used to determine interest and capability of potential sources.

Description:
The United States Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT), Colorado Springs, CO, is seeking potential sources to provide site support and non-personal services in support of the Wideband SATCOM Operational Management System (WSOMS) and other satellite requirements. System adaptation requirements provide technical and engineering services to support or implement changes/improvements to WSOMS supported systems, which are intended to support ongoing operations, enabling efficient, incremental operations and logistical supportability improvement of Government-owned WSOMS systems and other satellite requirements both CONUS and OCONUS.
There are a total of eight system adaptation requirements to provide continuing sustainment operations and technical support for the following: (1) Defense Satellite Communications System (DSCS) Operations Control System Training System; (2) Ka-STAR Post Production Software Support; (3) Space Control Operational Support; (4) Defense Network Operations Center (DNOC) Upgrade; (5) Additional SATCOM Transmissions Control Operations Technical Support and Analysis; (6) WSOMS Workstation Upgrades; (7) Landstuhl Operations Center Transition and (8) Landstuhl Operations Center Modernization (LOC) Upgrades.
The eight requirements described above are follow-on requirements to efforts currently being supported under contract W91260-12-C-0001 with Exelis, Inc., Herndon, VA 20170-6008, Cage Code: 9M715. The requirements are within scope of the current contract however there is not sufficient ceiling remaining in contract option years three and four to execute these actions.
Capability:
All firms interested in performing this requirement may reply to this Sources Sought and shall provide the following:

(1) Capability Statement (limited to 5 pages in length, singled-spaced, 12 point font minimum, PDF or Microsoft Word format) to include: (a) company name, address, primary point of contact and phone number, company DUNS number and CAGE/NCAGE code; (b) positive assertion indicating registration in the System for Award Management (SAM) database (https://www.sam.gov/); (c) demonstrate the ability to perform the requirements. This statement should specifically describe your firm's ability to provide adequate resources to perform the tasks. The response must also detail the company's capabilities and experience in developing and/or maintaining SATCOM Terminal management software and Interactive Electronic Technical Manuals (IETMs). The response must also address how the company would provide engineering services.

(2) Relevant Experience (limited to 2 pages) in projects of similar size, scope and complexity, citing dollar value within the last three years, including contract number, indication of whether a prime contractor or subcontractor and a brief description of how the contract referenced is relevant to the scope of work.

(3) NAICS code identified is 517919 (All Other Telecommunications). The size standard for this NAICS code is $25M. The contractor shall advise their business size status in their response.

All interested firms that possess the capabilities addressed herein are encouraged to respond to this notice by providing the information specified NLT 1600 MST May 5, 2015. Respondents are requested to submit one electronic copy of the response to Mr. Christopher Baldwin at christopher.a.baldwin.civ@mail.mil. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response.

NO FAXES, MAIL OR PHONE CALLS WILL BE ACCEPTED.


Chris Baldwin, 719-554-1961

US Army Space and Missile Defense Command, Deputy Commander

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP