Federal Bid

Last Updated on 06 Jul 2017 at 1 PM
Sources Sought
Vandenberg air force base California

Geolocation WorldWide II

Solicitation ID FA4600-17-Geolocation_Worldwide
Posted Date 19 Jul 2016 at 9 PM
Archive Date 06 Jul 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4600 55 Cons Pkp
Agency Department Of Defense
Location Vandenberg air force base California United states
 

 SOURCES SOUGHT CAPABILITIES ANNOUNCEMENT

GEOLOCATION SERVICES WORLDWIDE

 A.    INTRODUCTION

 

1.     This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time.  


2.     This is an initial step in the planning process for the Geolocation  Services Worldwide II support follow-on contract. 


3.     The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks potential sources to provide world-wide interference geolocation service 24 hours per day, 7 days per week, and 365 days of the year for the Joint Functional Component Command for Space (JFCC Space), Vandenberg Air Force Base, California. 


4.     The North American Industrial Classification Systems (NAICS) is 517919, All Other Telecommunications, Computer Systems Design Service, which has a small business size standard of $32.5M.

B.    REQUIREMENTS

 1.     Objective: The Contractor shall provide on-site support to JFCC Space upon request  for an interference event anywhere in the world and at any time, 24 hours per day, 7 days per week, 365 days of the year during the contract period of performance.   JFCC SPACE will provide a listing of leased bandwidth.  The Contractor will have 21 business days to conduct analysis to determine which bandwidth has a geolocation solution set and which bandwidth does not have geolocation protection. 


2.     Period of Performance: It is anticipated that the contract period will be a base period of one year (30 September 2017 thru 29 September 2018) and four one-year option periods plus a six-month extension of services . 


3.     Security: The contractor shall provide personnel with clearances commensurate with the DD 254, Department of Defense Contract Security Classification Specification. The Contractor must possess at least a Top Secret/Sensitive Compartmented Information (TS/SCI) and Top Secret/Nuclear Command and Control (NC2) Security Clearance for operations in around TS /SCI and TS/NC2 facilities.

 C.    NFORMATION AND INSTRUCTIONS:

 1.     All businesses capable of providing these services are invited to respond. Any information provided to the government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically, as described below.

 a.     Capability packages shall be one electronic copy.   Capability package files should be in MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one email, to pass through the Offutt LAN. All packages should contain UNCLASSIFIED material only. 

b.  
Capability packages should not exceed 20 pages, each single side counting one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. Capability packages must be received no later than 9:00 am (Central) on 2 August 2016.  

c.  Capability package responses shall be sent via email to  [email protected].

 2.     Respondents must include the following information within their statement of capability packages:

 a.  Company Information: Your company's name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), business size, and security clearance level.  Your company must be registered in System for Award Management (SAM).  To register, go to  https://www.sam.gov.  

b    
Small Business:  Small business respondents to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran- owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at FAR 52.226-2).

 D.    CAPABILITY PACKAGE AND EVALUATION: The Government will identify competitive firms by evaluating the capabilities packages using the following evaluation criteria. Potential offers should be specific in referring to capabilities in the technical areas stated below.  The following is considered mandatory in meeting the requirements of the Geolocation Services Worldwide contract:

1.     Demonstrate expertise and ability in 24x7x365 monitoring, detection and geolocation for worldwide coverage, defined as all areas between 70 degrees North latitude and 70 degrees South latitude.

2.     Demonstrate the ability to perform 24x7x365 Worldwide Interference Detection monitoring for defined Government Leased, Commercial Satellite Bandwidth to provide proactive, full-period Carrier Monitoring, Interference Detection, Geolocation / Mitigation and EMI analysis in C- and Ku-band frequencies.

3.     Demonstrate the ability to deliver site specific, 24x7x365 geolocation in Military and commercial X-band.

4.     Demonstrate the ability to, on a Best-Efforts basis only, deliver service in a geographic region in which Vendor can only provide such service using a third-party Geolocation System.

5.     Demonstrate the ability to, on an as-needed basis, perform 24x7x365 Worldwide Interference Detection monitoring for defined Government Leased, Commercial Satellite Bandwidth to provide proactive, full-period Carrier Monitoring, Interference Detection, Geolocation / Mitigation and EMI analysis in UHF-band frequencies.

6.     Demonstrate the ability to, on an as-needed basis, perform 24x7x365 Worldwide Interference Detection monitoring for defined Government Leased, Commercial Satellite Bandwidth to provide proactive, full-period Carrier Monitoring, Interference Detection, Mitigation and EMI analysis in X-band frequencies.

7.     Demonstrate the ability to directly engage with JFCC SPACE personnel to deliver near real time insight to signals of interest. 

8.     Demonstrate the ability to provide active monitoring of bandwidth identified by JFCC SPACE to provide JFCC SPACE operators with RF Space Situational Awareness (SSA).

9.     Demonstrate the ability to provide JFCC SPACE with monthly reporting and analysis of worldwide environment for interference events and RF SSA.

10.  Demonstrate the ability to become familiar with the technical characteristics of JFCC SPACE's satellites, including antenna coverage patterns and transponder configurations.

11.  Demonstrate the ability to provide JFCC SPACE with notification prior to the use of third-party geolocation systems in order to allow JFCC SPACE to review these systems for security compliance and reliability; should JFCC Space deem a third-party system unreliable for any reason, the use of that third-party system may be denied by JFCC Space and a replacement must be found by vendor to provide worldwide coverage

 E.    GOVERNMENT RESPONSIBILITY: This Sources Sought Notice is for commercial services IAW FAR Part 13.  This sources sought should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach.  Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice.


F.  Questions on this synopsis shall be submitted via email to only the contract specialist.  Discussions will not be conducted telephonically.  CONTACT:  Paula Owen, Contract Specialist,  [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 15 Feb 2012 at 9 PM
Lorton Virginia 06 Aug 2020 at 4 PM
Fort hood Texas 18 Apr 2023 at 4 PM
Location Unknown 23 May 2005 at 5 AM
Vandenberg air force base California 22 Mar 2017 at 10 PM

Similar Opportunities

New york New york 25 Sep 2028 at 4 AM (estimated)
New york New york 25 Sep 2028 at 4 AM (estimated)