GENERATION II ANTI-SCINTILLATION/ANTI-JAM MODEM PRODUCTION AND SUPPORT

Agency: DEPT OF DEFENSE
State: Florida
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159153294432342
Posted Date: Mar 25, 2024
Due Date: Apr 1, 2024
Solicitation No: W519TC-24-R-ASAJ2
Source: Members Only
Follow
GENERATION II ANTI-SCINTILLATION/ANTI-JAM MODEM PRODUCTION AND SUPPORT
Active
Contract Opportunity
Notice ID
W519TC-24-R-ASAJ2
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RI
Office
W6QK ACC-RI
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 25, 2024 05:24 pm EDT
  • Original Response Date: Apr 01, 2024 11:59 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Palm Bay , FL 32905
    USA
Description

Solicitation Number: W519TC-24-R-ASAJ





Notice Type: Request for Information – Sources Sought





Synopsis: REQUEST FOR INFORMATION (RFI) FOR GENERATION II ANTI-SCINTILLATION/ANTI-JAM MODEM PRODUCTION AND SUPPORT





Product Manager Wideband Enterprise Satellite Systems (PdM WESS) is seeking information from potential offerors for the contemplated acquisition of Generation II Anti-Scintillation/Anti-Jam (AS/AJ) Modems, their sustainment support, and the development future enhancements for these modems. The required Generation II AS/AJ Modems are components of the Protected Anti-Scintillation Anti-Jam Wideband Net-Centric System (PAAWNS). The PAAWNS, which is primarily intended to support the protected (anti-scintillation and anti-jamming) satellite communications (SATCOM) needs of the Missile Defense Agency (MDA), is deployed to Department of Defense (DoD) SATCOM facilities worldwide as well as to MDA deployed locations with transportable SATCOM terminals. This acquisition pertains to the PAAWNS Generation II AS/AJ Modem component only.





Large and small businesses that are experienced in providing and supporting DoD SATCOM modem and network management systems are requested to respond to this RFI. Small business is defined by North American Industry Associated Classification System (NAICS) 334220, (750 employees or less).





The required Generation II AS/AJ Modems are currently supplied by the L3Harris Corporation, Melbourne, FL. The Government does not own the drawings and software documentation for this equipment and certain Generation II AS/AJ Modem components are proprietary to the L3Harris Corporation. Performance requirements for the Generation II AS/AJ Modem are defined in Specification A33344695, which will be made available to interested and qualified offerors upon request. Generation II AS/AJ Modem technical data is controlled by the Department of State, International Traffic in Arms Regulations (ITAR), 22 CFR, Parts 120-130, and cannot be exported from the United States or shared with a foreign person without prior approval of the U.S. Department of State.





The required services will be performed primarily at the Contractor’s facilities, but may also be required at Government facilities, other-PAAWNS-supplier facilities, and DoD SATCOM facilities worldwide.





It is envisioned that the potential solicitation will include the following requirements:








  • Produce, test, and deliver Generation II AS/AJ Modem units and associated spare components on an Indefinite Delivery Indefinite Quantity (IDIQ) and Firm-Fixed-Price (FFP) basis.








  • Perform studies and analyses related to Generation II AS/AJ Modem performance, including but not limited to network operations and management, timing, scintillation, jamming, traffic flows, transmission security (TRANSEC), and communications throughput capacity, on a Cost-Plus-Fixed-Fee (CPFF) basis.








  • Develop, integrate, test, and implement Government-approved Generation II AS/AJ Modem enhancements on a CPFF basis, and equipment variants on a FFP basis.








  • Provide engineering support to the Government and to other PAAWNS contractors to facilitate the integration and implementation of the Generation II AS/AJ Modem with other PAAWNS subsystems on a CPFF basis.








  • Prepare Generation II AS/AJ Modem logistics (manuals, training, provisioning) data products. Maintain configuration management of the AS/AJ Modem hardware and software as a subset of the Government PAAWNS CM process.








  • Support PAAWNS testing at Government and other component supplier facilities.








  • Support Generation II AS/AJ Modem portions of the Government’s PAAWNS Post Deployment Software Support (PDSS) and subsequent Post Production Software Support (PPSS) programs.








  • Provide sustainment support including failure analysis and repair services for modem and modem component assets returned from deployed locations.








  • Correct latent discrepancies in design specifications, test plans/procedures, and source code, and provide software modifications to accommodate corrections and enhancements to deployed systems and adaptation of AS/AJ Modem software assets.








  • Establish and maintain a Software Development Environment (SDE) suitable for the long-term support of Generation II AS/AJ Modem software.








  • Maintain life-cycle certification and support of Generation II AS/AJ Modem TRANSEC components.








  • Provide Generation II AS/AJ Modem Information Assurance (IA) Certification and Accreditation (C&A) maintenance services and supply C&A products and services necessary to maintain a secure system and to support the continuity of the PAAWNS Authorization to Operate (ATO).








  • Respond to Information Assurance Vulnerability Alerts (IAVAs), Information Assurance Vulnerability Bulletins (IAVBs), and Information Assurance Technical Advisories (IATAs).





The Government intends to award a single contract in Fiscal Year 2024 to satisfy these requirements. The resulting contract will likely utilize a base period-of-performance of up to five years and multiple option years.





Responders are encouraged to recommend alternate approaches that would provide a better value to the Government. Potential offerors not responding to this announcement will not be precluded from any further participation.





Interested potential offerors are asked to provide the following specific information:




  • Name, address, and Contractor and Government Entity (CAGE) code of your company.

  • Point of Contact (Name address, phone number, and e-mail).

  • Current capabilities your company offers (no more than 20 pages in length) which most closely match the capabilities specified above.

  • Available brochures, photographs, illustration and technical descriptions (no more than 20 pages in length) that describe your company's current services that most closely match the required capabilities.

  • An optional White Paper (no more than 20 pages in length) describing how your company's technical expertise could produce and deliver the required capability.

  • An identification of your company's past and current customers to which your company provided similar services, including a customer/company name and point of contact, phone number, and address/e-mail where they can be contacted.

  • Pricing structure for required supplies and services.





This is a Request for Information (RFI) in accordance with FAR Part 52.215-3. The Government seeks to identify interested offerors for a potential procurement action and to gather information that may influence the shape of a potential future Request for Proposal (RFP). This announcement is for market research purposes only and it does not constitute an RFP, quotation or bid. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI does not restrict the Government to any ultimate acquisition approach or strategy. The Government will not pay for any information that is submitted by respondents to this announcement.





Please furnish the above requested information by 01 April 2024.






  • Please submit the requested information in PDF or Microsoft Word format via e-mail at the following address: [thor.a.olson2.civ@army.mil]






  • Technical questions should be directed to Mr. Shiho Fujii, [shiho.fujii.civ@army.mil] at PdM WESS, Fort Belvoir, VA. And Mr. Thor Olson, [thor.a.olson2.civ@army.mil] at Army Contracting Command-Rock Island.






  • All other questions should be directed to Mr. Thor Olson [thor.a.olson2.civ@army.mil] at Army Contracting Command-Rock Island.





Contracting Office Address: U.S. Army Contracting Command-Rock Island



CCRI-TFC 3055 Rodman Avenue



Rock Island, IL 61299-8000


Attachments/Links
Contact Information
Contracting Office Address
  • ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
  • ROCK ISLAND , IL 61299-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 25, 2024 05:24 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >