Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOURCES SOUGHT

70 -- Global Range Operations Terminal

Notice Date
1/24/2023 2:09:12 PM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA8823 SUSTAINMENT PKL PETERSON AFB CO 80914-2900 USA
 
ZIP Code
80914-2900
 
Solicitation Number
23-001-PKL-JS
 
Response Due
2/13/2023 4:00:00 PM
 
Point of Contact
Janet Stinson, John Fernandez
 
E-Mail Address
janet.stinson.2@us.af.mil, john.fernandez.12@us.af.mil
(janet.stinson.2@us.af.mil, john.fernandez.12@us.af.mil)
 
Description
The current AN/TSC-179 Ground Mobile Terminal (GMT) is a tactical satellite terminal providing satellite communication capabilities for current and future Air Force and joint-service Command, Control, Communications, Computer, Intelligence, Surveillance, and Reconnaissance (C4ISR) networks. The GMT is an interoperable, deployable, dual-hub satellite communications (SATCOM) terminal capable of operating on four Super High Frequency (SHF) bands on both military (X-, Ka-) and commercial (C-, Ku-) satellites. The system includes a 2.4 meter Small Aperture Antenna (SAA), or �Hub 1�, as well as a 3.9 meter Quad-band Large Aperture Antenna (QLAA), or �Hub 2�. As a result of the Deactivation Memo signed by HQ USSF S3/6S in August 2020, end-of-life (EOL) was formally established for the GMT suite effective end of FY26. Growing obsolescence issues on an aging system, the Department of Defense Chief Information Officer (DoD CIO) mandate gap of current design, and prohibitively high technical refresh costs will ultimately not permit continued sustainment of the GMT suite beyond end of FY26. USAF MAJCOMs are procuring their own replacement terminal solution. The National Space Test & Training Complex (NSTCC) Integrated Program Office (IPO) under the Space Test and Readiness Command (STARCOM) is responsible for acquiring terminals for USSF units to meet current and future mission requirements. The USSF, NSTTC IPO is now seeking sources to offer replacement terminal solution(s) that support current and emergent global range operations. The solution shall be a Wideband Global SATCOM (WGS) Certified and Commercial-Off-The-Shelf (COTS) terminal(s). The Government is seeking solutions that retain aperture capability of operating on the four identified SHF bands. The number of system(s) to be procured is dependent on technology capability, maturity, and integration. It is anticipated the Government will procure approximately 30 systems dependent on aperture size and satellite communication band capability. The requirement for a replacement terminal solution is needed for procurement and fielding NLT end of FY26. The Government intends to award a contract in CY23 for the procurement and sustainment of aperture systems. Performance Considerations: Operations: The SHF aperture antenna is expected to be approximately 2.4 meters to 4.6 meters in diameter. Information on Quad Port feed availability. The attached �Global Range Operations Terminal Key Requirements� document defines the system performance requirements and attributes that must be met for each terminal. The attached �Global Range Operations Terminal Military Standards Requirements� spreadsheet defines the military standards that the system must meet. The terminal and antenna must both be COTS. The terminal and antenna must currently be certified for operation on the WGS satellite communications system. Maintenance: The system must include spare line replaceable units (LRUs) to address LRUs that are most likely to fail, preventing system operation. Ideally this should be determined via analysis of real world operational/failure data. Operations and maintenance manuals for the antenna must exist and have data rights available. Information on the availability/generation of military Technical Orders to support operations and maintenance. Any known obsolescence or EOL issues must be provided. A description of how Diminishing Manufacturing Sources and Material Shortages (DMSMS) efforts are accomplished and the currently projected EOL for the system must be provided. The system must be stored and transported in ruggedized transport cases that meet the defined military standards. Weight information on the heaviest transport case must be provided. Information on specific radio frequency front end (RFE) equipment that is provided with the antenna. Information on operating requirements relating to terrain conditions/slope. Information on external user patch panels, interfaces, and protocols. Information on safety features to ensure the safety of the operators and others in the vicinity of the terminal or its antennas. Radiation hazard in accordance with Occupational Safety and Health Standards Electrical shock prevention to personnel and equipment Information on interfaces available for positive control of the terminal. Information on how supply chain risk management is performed, usage of trusted sources, and usage of the DoD Trusted Foundry Program for system components. Information on interface and distance for remote Control, Monitor, and Alarm operation. Information on warranty options and pricing must be provided. Information on Mean Time Between Failures (MTBF), Mean Time Between Critical Failures (MTBCF), and Mean Time to Repair (MTTR) for the system. Information on preventative maintenance inspections and frequency intervals. Information on current usage by military services, the quantities that were procured, any potential National Stock Numbers (NSNs), any potential service-specific technical documents, and Cybersecurity documentation must be provided. Available paint color options must be provided and those options must adhere to SAE-AMS-STD-595. Design Drawings for Manufacturing/Technical Data Support: As part of the intended contract, the Government may require unlimited data rights for the system�s technical data package. If required, the tech data package would have to be compliant with MIL-STD-31000B, 31 October 2018, Technical Data Packages. This could include system drawings, schematic diagrams, maintenance/user guides, training material, software/firmware products, etc. Instructions: This synopsis is for information and planning purposes only; it does not constitute a request for proposal. A ny information submitted in response to this synopsis is strictly voluntary. This request is not direction to proceed or a promise for future direction to proceed with the acquisition.� All work performed or costs incurred in response shall be at your own risk and shall not be chargeable to this or any other Government contract.� Interested parties are invited to submit an electronic unclassified Statement of Capability (SOC) by 13 February 2023, 5:00pm MT that addresses the ability to satisfy the above requirements to Janet Stinson at janet.stinson.2@spaceforce.mil and Lt Col John Fernandez at john.fernandez.12@us.af.mil Oral communications are not acceptable. All responses must conform to 8.5 x 11-inch pages, font no smaller than 12-point, and a maximum of 21 double sided pages. The SOC must include the following information: Company name, cage code, mailing address, points of contact, telephone numbers and email addresses; Business size classification (large, small, or other); Experience and specific work previously performed within the past 10 years that is relevant to this effort; Demonstrate the contractor has proven system knowledge and capability to provide a receive suite, parts, and support to meet the listed requirements; and Estimated schedule and rough cost estimate to achieve production capability Responses from all categories of small business are highly encouraged. All responsible sources may submit a SOC, which will be considered. The applicable North American Industry Classification System (NAICS) code is 334220 with a size standard of 1250. If your company is interested only in subcontracting possibilities, please indicate this clearly in your SOC submission. For each SOC submitted that meets the outlined Sources Sought requirements, the Government will offer those vendors an opportunity to demonstrate their terminal(s) in the required frequency range (C, X, Ku, Ka) and with the correct aperture size at an unclassified user site located in Colorado Springs, CO 80916. This demonstration will be performed outside and will be limited to no longer than six hours in total per system demonstration. The Government will halt any demonstration that goes beyond the six hour limit. Each vendor will be allowed up to three representatives to attend respective demonstration and all travel costs to perform demonstration will be at the vendor expense. No security clearance is required for this event. Vendors will be requested to demonstrate the following: Setup/teardown in a field environment Packing, storage, and transit (fitment into transit cases) Connection to power sources Peak/poll/acquire satellites Interface connections/wiring Integration with L-Band inputs/outputs Feed horn replacement/swap (if required) Safety procedures Monitoring & control systems (laptop configuration) Those parties interested in coordinating a demonstration must add an attachment to their SOC stating the intent. This attachment must also conform to 8.5 x 11-inch pages, font no smaller than 12-point, and a maximum of 2-sided pages. The demonstration attachment must include the following information: Company name, points of contact, telephone numbers and email addresses; Plan (events/topics) or manual of the demonstration; Site power, grounding and other demonstration requirements; and Estimated time required and number of representatives required on-site All demonstration requests will be considered and coordinated through the NSTTC Integrated Program Office upon receipt. The NSTTC IPO program managers will contact provided vendor POCs for scheduling. The Government anticipates participation from its Federally Funded Research and Development Center (FFRDC - currently Aerospace), Engineering Services (JT4/Kratos � Joint Range Technical Services II contract), Systems Engineering and Technical Assistance (SETA) (Tyto � Operations and Product Support Services (OPS3) contract), contractors during the analysis of SOCs received in response to this synopsis. These contractors will have a confidentiality/non-disclosure agreement in place prior to analysis of SOCs. All data received in response to this synopsis and marked or designated as �corporate� or �proprietary� information will be fully protected from release outside the government except for the FFRDC, Engineering Services, and SETA contractors supporting NSTTC/IPO. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any cost associated with submission of a SOC. The Government will use any information received for planning purposes in support of market research and to improve the understanding of industry capabilities in response to the SOC.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bb30b57ba0724789a833ff6e8dedcd99/view)
 
Place of Performance
Address: CO 80914, USA
Zip Code: 80914
Country: USA
 
Record
SN06572409-F 20230126/230124230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.