Draft RFP Satellite Communications (SATCOM) Engineering Support (SCES)
ID: 832469536Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking industry feedback on a draft Request for Proposal (RFP) for Satellite Communications (SATCOM) Engineering Support (SCES). The primary objective of this procurement is to enhance the capabilities of SATCOM and related transport systems that are critical for the operational needs of the Department of Defense, focusing on systems engineering, architecture, and standardization, particularly for the DoD Teleport System and Global Broadcast Service. The contract will involve providing engineering, test support, and program management over a base period of 12 months, with four optional 12-month extensions, and requires personnel to have appropriate security clearances. Interested parties are encouraged to submit their responses and feedback regarding the Performance Work Statement (PWS) by October 15, 2024, at 4:00 PM Central Time, and can reach out to Rachel Tate or Brooke Winkeler for further inquiries.

    Files
    Title
    Posted
    The Defense Information Systems Agency (DISA) is issuing a Sources Sought Notice to identify potential sources for Satellite Communications (SATCOM) Engineering Support, focusing on systems engineering and testing support for the Department of Defense and related Government Agencies. This project includes acquiring, developing, testing, and sustaining SATCOM capabilities globally, with a proposed initial one-year period and four optional years. Responses from interested parties, including small and large businesses, are requested by June 12, 2024, outlining their relevant capabilities and experiences.
    The Performance Work Statement (PWS) outlines the requirements for contractor support to the Defense Information Systems Agency (DISA) for Satellite Communications (SATCOM) Engineering Support. The primary objective is to enhance the capabilities of the SATCOM and related transport systems critical for the Department of Defense's operational needs. This encompasses systems engineering, architecture, and standardization, particularly focusing on the DoD Teleport System, Global Broadcast Service, and Airborne Intelligence Surveillance and Reconnaissance (AISR) data transport services. The contractor will provide engineering, test support, and program management, ensuring timely deliverables and compliance with government standards. Emphasis is placed on collaboration with government personnel, integration of solutions, and adherence to cybersecurity protocols. The contract spans a base period of 12 months with four optional 12-month extensions, and personnel must possess appropriate security clearances to access classified information. Deliverables, evaluation metrics, and performance standards are clearly articulated to ensure quality and accountability throughout the contract duration, ultimately supporting mission readiness for U.S. military operations.
    Similar Opportunities
    Request for Information: EMSS Global Logistical (ELOG) Services Management
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Enhanced Mobile Satellite Services (EMSS) Global Logistical Services Management contract. This opportunity aims to gather insights and best practices related to the Distributed Tactical Communications System (DTCS), which includes satellite communications and tactical radios, to inform the acquisition strategy for comprehensive contractor support in operational, engineering, and technical requirements. The contractor will play a vital role in ensuring the effective functioning of EMSS capabilities, including logistical support, inventory management, and field service representative (FSR) services. Interested parties are encouraged to submit well-defined responses to specific questions outlined in the RFI to Anar Wagner and Karla Delaney via email, with the solicitation expected to be issued by a date to be determined.
    RFI/Sources Sought Automated SATCOM Network Orchestration for Commercial Satellite Communications Services
    Active
    Dept Of Defense
    The Department of Defense, through the United States Space Force (USSF), is seeking industry feedback via RFI FA2541-24-007 regarding automated network orchestration for commercial satellite communications services. The objective is to enhance the reliability, resilience, and affordability of satellite communication systems for DOD Mission Partners, focusing on automation within multi-system hybrid satellite networks. This initiative is crucial for ensuring that DOD partners can access improved satellite communication capabilities through innovative market solutions. Responses to the RFI are due by October 25, 2024, and interested parties should direct inquiries to John Seacrist at john.seacrist@spaceforce.mil.
    CSS0128 Sources Sought - Flex BPA
    Active
    Dept Of Defense
    The United States Space Force (USSF) Space Systems Command is seeking industry feedback for a Blanket Purchase Agreement (BPA) related to IntelSat FlexAir and FlexMove satellite communications services, aimed at supporting the Department of Defense (DoD) and Federal Agencies. The Government is particularly interested in detailed insights regarding managed Ku-band services, network architecture, service activation lead times, equipment compatibility, network monitoring, and cybersecurity measures. This initiative is crucial for enhancing communication solutions within the USSF's operational framework, and responses must be submitted by October 18, 2024, with a maximum of two pages in MS Word or PDF format. Interested vendors can direct inquiries to Anar Wagner at anar.wagner@spaceforce.mil or Quentin Fields at quentin.fields.2@spaceforce.mil.
    PROTECTED TACTICAL SATCOM -GLOBAL (PTS-G) PRE-SOLICITATION SYNOPSIS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the Protected Tactical SATCOM - Global (PTS-G) program, with a Request for Proposal (RFP) expected to be posted in October 2024. This procurement aims to establish multiple award Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed-Price (FFP) contracts for the production of Protected Tactical SATCOM Global Space Production Vehicles, which are critical for military communications and positioning, navigation, and timing capabilities. Interested vendors must register for access to the Bidders' Library and provide necessary information for facility clearance to receive classified requirements. For further details, potential offerors can contact Mr. Alejandro Capristan at alejandro.capristan.1@spaceforce.mil or Mr. Brett Beljak at brett.beljak.1@spaceforce.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A OTU-4(111.809GB) BETWEEN BLDG 730, ROOM 132, 84 NORTH ASPEN STREET, BUCKLEY SFB, CO 80011-9518 (BCKLYSFB/RD1) AND BLDG 64, ROOM 6 1321 3RD STREET, INDIAN SPRINGS, CREECH AFB, NV 89018 (CRECHAFB/RD7)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an OTU-4(111.809GB) telecommunications system between Buckley Space Force Base in Colorado and Creech Air Force Base in Nevada. This procurement aims to secure commercial telecommunications services, specifically focusing on satellite communications and telecom access, which are critical for operational connectivity and support. Interested vendors should note that the solicitation follows a combined synopsis/solicitation format, with proposals evaluated based on the lowest price technically acceptable (LPTA) criteria. Quotes are due by the specified deadline, and inquiries can be directed to Robyn Tebbe or Kevin Knowles via their provided email addresses.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) LEASE BETWEEN BLDG 202, ROOM 122, 2174 LANGLEY STREET, HORSHAM AIR GUARD STATION, HORSHAM, PA 19044 AND BLDG 2B, COMPUTER ROOM, 700 ROBBINS AVENUE, PHILADELPHIA, PA 19111
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent OTU-2 (10.709GB) lease between two specified locations in Pennsylvania. The procurement aims to secure telecommunications services, specifically satellite communications and telecom access services, as outlined under the NAICS code 517111. This requirement is critical for ensuring reliable communication capabilities within the military infrastructure. Interested vendors must submit their quotes, which will be evaluated based on the lowest price technically acceptable (LPTA) criteria, with further details available in the attached solicitation. For inquiries, potential bidders can contact John Beckman or Dale Rupright via email at john.e.beckman.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) LEASE BETWEEN BLDG: 747,ROOM: 209, 240 KNAPP BLVD, BERRY FIELD ANG BASE, NASHVILLE, TN 37217 AND BLDG: 5160, ROOM: 1022, CER, FLOOR: 1ST, 5534 PRYOR DRIVE, SCOTT AFB, IL 62225
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent OTU-2 lease between two specified locations: Berry Field ANG Base in Nashville, TN, and Scott AFB in Illinois. This procurement involves commercial telecommunications services, specifically under the NAICS code 517111, and is critical for ensuring reliable satellite communications and telecom access services. Interested vendors should note that the solicitation follows a Lowest Price Technically Acceptable (LPTA) evaluation process, with all quotes due by the specified deadline outlined in the attached solicitation documents. For further inquiries, potential bidders can contact John Beckman or Dale Rupright via their respective emails provided in the opportunity overview.
    L-band Services - LTAC and LAISR Blanket Purchase Agreement (BPA)
    Active
    Dept Of Defense
    The Department of Defense, through the United States Space Force (USSF) Space Systems Command (SSC), is seeking industry input for a Blanket Purchase Agreement (BPA) focused on L-band managed services to support tactical and Airborne Intelligence, Surveillance, and Reconnaissance (AISR) requirements. The procurement aims to gather well-defined responses that will inform the acquisition strategy, emphasizing the need for specific information regarding service capabilities, geographical scope, frequency ranges, and compatibility with existing government hardware. Interested vendors are encouraged to submit their insights by October 18, 2024, via email to the designated contacts, Karla Delaney and Anar Wagner, while ensuring any proprietary information is clearly marked. This initiative is part of the government's market intelligence phase, with a formal solicitation expected to follow.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) LEASE BETWEEN BLDG 118, ROOM 153, 5319 REGULA AVENUE, SPRINGFIELD, OH 45502 AND BLDG 10271, ROOM 128, 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent OTU-2 (10.709GB) lease between two specified locations in Springfield, OH, and Wright Patterson AFB, OH. The procurement aims to secure telecommunications services essential for operational connectivity, with the requirement categorized under the Wired Telecommunications Carriers industry (NAICS code 517111). Interested vendors should note that the solicitation follows a Combined Synopsis/Solicitation format, and proposals will be evaluated using the lowest price technically acceptable (LPTA) method. For further details, including submission deadlines and evaluation criteria, interested parties can contact John Beckman or Dale Rupright via email at their respective addresses.
    Global Electromagnetic Spectrum Information System (GEMSIS) Sustainment and Enhancement
    Active
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is seeking qualified small businesses to provide sustainment and enhancement support for the Global Electromagnetic Spectrum Information System (GEMSIS). The primary objective is to maintain and enhance the GEMSIS software/system architecture over a five-year period, from February 14, 2025, to February 13, 2030, which includes operations, maintenance, testing, training, and enhancements of the system. GEMSIS is critical for the Department of Defense as it supports strategic and tactical electromagnetic spectrum operations by providing essential data and tools for planning and conducting operations. Interested vendors must submit their capabilities statements by 2:00 PM EDT on October 4, 2024, to the designated contacts, Quin Conerly-Anderson and Lucas Phalen, with responses limited to ten pages and addressing specific required capabilities.