Ft. Buckner TPO Equipment
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 (Updated)
- Updated Published Date: Feb 21, 2023 12:02 pm CST
- Original Published Date: Feb 14, 2023 01:57 pm CST
- Updated Response Date: Feb 23, 2023 04:00 pm CST
- Original Response Date: Feb 21, 2023 04:00 pm CST
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7D20 - IT AND TELECOM - SERVICE DELIVERY MANAGEMENT (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 334111 - Electronic Computer Manufacturing
- Place of Performance: OkinawaJPN
Description
Request for Information
Buckner Communications Site
Teleport Program Office Equipment Suite
Product Manager, Wideband Enterprise Satellite Systems (PdM WESS)
Fort Belvoir, VA 22060
14 February 2023
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes, the Army is not at this time seeking proposals and will not accept unsolicited proposals. This RFI does not commit the U.S. Government (USG) to contract for any supply or service whatsoever.
1. Background
Product Manager, Wideband Enterprise Satellite Systems (PdM WESS) serves as executive agent for PdM IEN to manage and facilitate the relocation of legacy Earth Terminal Complex (ETC) baseband and terminal equipment into newly-constructed Satellite Earth Terminal Stations (SETS) at designated Army installations. Two new facilities will be constructed at Fort Buckner in Okinawa, Japan: a SETS, to replace the existing ETC, and a Technical Control Facility (TCF). The U.S. Army Corps of Engineers, Pacific Ocean Division-Japan Engineer District, is managing the construction project. The Fort Buckner SETS will support two new AN/GSC-52B (V3)/G Modernization of Enterprise Terminals, five Advanced Extremely High Frequency System, baseband equipment, and a TCF. Baseband systems comprise the equipment necessary to process, format, and interface the user data channels between user equipment and the IF input/output of satellite terminals. The Fort Buckner ETC includes the strategic and tactical baseband equipment necessary to interface with the Defense Satellite Communication System.
The Buckner Communications Site SETS Relocation Project will result in the installation, integration, and testing of baseband equipment, and the subsequent transfer of baseband functions from the ETC to the newly-constructed SETS, with minimal disruption to ongoing missions. Related activities include the procurement, integration, and installation of newly-procured baseband “seed equipment” and “racks and cables” in the SETS building. Seed equipment will be used to preclude disruption of satellite communications during the relocation of baseband equipment from the ETC to the SETS.
The Army Contracting Command, in support of PdM WESS, is seeking to identify sources to support the procurement of brand name industry standard commercially off-the-shelf products, and corresponding licenses and hardware, to aid in the deployment of a fully functional Teleport Program Office (TPO) equipment suite at an Army Satellite Earth Terminal Station in Okinawa Japan. The TPO suite is utilized throughout SATCOM gateways globally and support various mission communications for Army, Navy, Air Force, Missile Defense Agency, and Defense Information Systems Agency Gateways.
Contractors/Institutions voluntarily responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards.
This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Information provided in response to this RFI will be used to assist the USG in acquisition development. In accordance with Federal Acquisition Regulation 15.201(e), responses are not offers and cannot be accepted by the USG to form a binding contract.
No reimbursement will be made for any costs incurred associated with provided information in response to this announcement and any follow-up information requests. This announcement does not restrict the USG to an ultimate acquisition strategy, and the USG reserves the right to consider any acquisition strategy it deems appropriate for this requirement.
2. Scope
The Contractor shall identify and provide responses on your ability to potentially provide the following:
- Identify products that match the requirements outlined in Attachment 1 and your company’s timeline to procure these products.
- Are your company’s products Trade Agreements Act (TAA) compliant?
- Pricing structure to procure the requirements provided in Attachment 1.
- Please include information and pricing on extended warranty, hardware licensing, and/or other support options.
- Please identify any shortfalls or trouble areas that would affect the delivery of requirements outlined in Attachment 1. Example: part shortages, lead-time delays, etc.
- A brief synopsis of your company’s experience (i.e. a list of past and/or current customers) providing similar products.
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 USG property and will not be returned. All USG and contractor personnel reviewing responses 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 USG shall not be held liable for any damages incurred if proprietary information is not properly identified.
3. Instructions
The USG is submitting this RFI to obtain critical feedback from industry on current capability and sources.
In addition to the information requested within section 2, responses must contain the following:
- Company/Institute Name
- Address
- Point of Contact with phone number & email address
- DUNS Number
- Unique Entity Identification and CAGE Code
- Web Page URL if available
- Business size standard along with any special designation (SDB, HUBzone, WOSB, etc.)
- A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership):
All responses must be in PDF format. Do not embed any formulas or links to help ensure electronic data can be received through the firewall.
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
- Chelsea Garrow
- chelsea.j.garrow.civ@army.mil
Secondary Point of Contact
- Timothy Volkert
- timothy.w.volkert.civ@army.mil
History
- Mar 10, 2023 10:59 pm CSTSources Sought (Updated)
- Feb 15, 2023 11:04 am CSTSources Sought (Updated)
- Feb 14, 2023 01:57 pm CSTSources Sought (Original)