Stiletto Maritime Demonstration Program
SOURCES SOUGHT ANNOUNCEMENT Air Force Space Command (AFSPC) is seeking sources for COMSATCOM for the Stiletto Maritime Demonstration Program (SMDP) part of Office Secretary Defense's (OSD) Rapid React... SOURCES SOUGHT ANNOUNCEMENT Air Force Space Command (AFSPC) is seeking sources for COMSATCOM for the Stiletto Maritime Demonstration Program (SMDP) part of Office Secretary Defense's (OSD) Rapid Reaction Technology Office (RRTO) Maritime Technology Demonstration program. CONTRACTING OFFICE ADDRESS: DITCO-Scott 2300 East Dr Building 3600 Scott AFB, Illinois 62225-5406 United States INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of large or small businesses (including the following subsets, Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Businesses) to provide the required products and/or services. The Naval Surface Warfare Center (NSWC) Carderock is seeking information for potential sources for providing a Commercial Internet Service Provider (CISP) utilizing satellite services to supply commercial (Non-DOD) internet and phone to an 80ft watercraft when the watercraft is offshore and beyond line of site (BLOS) of other communication systems. 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: Contract Number: N65540-12-F-5080 Contract Type: GSA Schedule Incumbent and their size: MacKay Communications (LB) Method of previous acquisition: GSA Schedule Currently there is no service being provided as the order expired in 2016. The anticipated timeframe would be as soon as the product/service is available. The watercraft is based out of Naval Station Norfolk. REQUIRED CAPABILITIES: a) The Stiletto Maritime Demonstration Program (SMDP) is OSD RRTO sponsored program and is DOD's premier maritime platform for rapid integration of innovative technologies to support experimentation and demonstration. SMDPcollaborates with government end-users to identify gaps and requirements and works with system developers to identify, demonstrate, and evaluate potential technology solutions. To support technology demonstrations, many of the system developers require public internet access from the watercraft to designated shore sites for coordination and collaboration during the events. To support this requirement, SMDP requires a Commercial Internet Service Provider (CISP) so system developers can connect their system(s)/computer(s) to the public internet. Satellite services are required for this connection since most of the demonstrations are conducted offshore and beyond line of site (BLOS) of other communication systems. Please describe your experience in providing commercial internet solutions to offshore watercraft. b) In addition to providing CISP capability the satellite service will be required to provide satellite phone capability. This phone service is the primary communication link between the watercraft and the shore and is required for mission safety and casualty response. Please describe your experience in providing phone solutions to offshore watercraft. c) 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 and support throughout the full life-cycle. Describe your experience in testing, evaluation, engineering and support services. Please include any information on techniques used during support (e.g. help desk, technical guides, on-site visits). Please also include your DoD reporting capability as it relates to providing reliable service, such as near real-time usage reporting, if you are able to submit a complete COMSATCOM Information Assurance Questionaire, and if you are capable of submitting Teleports, SOCs, NOCs, primary and backup. d) The vessel is currently using a KVH mini VSAT broadband terminal, the objective is to utilize the existing equipment. Solutions not utilizing existing equipment shall meet the following constraints: a. The terminal must be mast-mounted on a maritime vessel and must be 60 centimeters or less in diameter, weighing less than 60 pounds. b. The terminal must be capable of receiving service on the move and shall support a minimum of 3Mbps (Uplink) / 1 Mbps (Downlink). Detail if your solution would involve using the existing equipment or if you would propose obtaining new equipment to meet the end user's needs. Please explain how your solution meets the size/weight/internet capability constraints. e) The vessel is currently using a TracPhone, utilizing a configurable VIASAT modem. The proposed phone solution must support 4 Mbps (Uplink) / 2 Mbps (Downlink). Detail if your solution would involve using the existing equipment or if you would propose obtaining new equipment to meet the end user's needs. Please explain how your solution meets the uplink/downlink constraints. f) Please describe your 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 from large and small businesses that can provide the required services under the NAICS Code. To assist AFSPC 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, 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 include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) CAGE Code; 5) Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, General Service Administration (GSA): OASIS, ALLIANT, VETS, STARS II, NIH, NASA SEWP, Federal Supply Schedules (FSS) (including applicable SIN(s)), 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 March 21, 2019 at 3:00 PM Central Standard Time (CST) to melissa.l.trower.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. 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 personnel 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »