Skip to main content

An official website of the United States government

You have 2 new alerts

Blue Force Tracker 2 (BFT-2) requirement for Project Manager, Mission Command (PM MC), Mission Command Support Center (MCSC)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Apr 04, 2023 12:42 pm EDT
  • Original Response Date: Apr 19, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

NOTICE OF INTENT

The Defense Information Systems Agency/Defense Information Technology Contracting Organization intends to negotiate a sole source contract with Viasat, Inc.  A sole source Justification & Approval document is being coordinated and, upon approval, a copy of it will be posted here on SAM.gov to comply with the public display requirements of FAR 6.305.

The proposed contract action is for Engineering Services for the Blue Force Tracker 2 (BFT-2) network. 

At this time, the incumbent contractor Viasat, Inc. is the only source capable of providing all necessary services including:

1) For routine and emergency maintenance for all BFT-2 ground network components. Routine maintenance includes remote and physical audits, troubleshooting of failed software or hardware components not immediately impacting operations, remediation for system parameters out of allowable tolerances, auditing of system metrics, and any other activity required to meet system availability requirements.

2) Air channel configuration activities to include setup, calibration, re-calibration, and teardown; deploy software, hardware, and configuration changes to all ground network systems; conduct site surveys to assess viability and actions necessary to alter the physical characteristics or geographic location of operational ground network sites; maintain a database with data from each SGS, SNCC, BGN Client within the BFT-2 network, the Mission Command Test Lab (MCTL), contractor labs, and equipment spares; obtain and maintain operating authorities for satellite communications backhaul links as required by regulatory agencies.

3) Hardware and Software Development, Integration, and Maintenance, including: Implement corrections and upgrades to BFT-2 hardware and software (including components of the SGS, SNCC, BGN Client, transceiver, and any subsequent replacements) as directed; analyze all BFT-2 software for continued compliance with applicable IAVA, IAVB, STIG, SRG, and Cyber Tasking Order (CTO) releases; verify that updates to BFT software were corrected implemented and do not adversely affect any other components of the system or other systems; shall design and implement BFT-2 satellite ground station components to include forward and return link processing and management, link configuration and monitoring, network and transceiver management, cryptographic devices and services, and operator interfaces; maintain SMT software by updating software and firmware components, libraries, and operating systems, and address defects and implement enhancements, as directed by the Government.

The statutory authority for other than full and open competition is 10 USC 2304 (c) (1), as implemented by FAR 6.302-1(a)(2)(iii), only one responsible source and no other supplies or services will satisfy agency requirements. Companies who believe they can provide this service must indicate their interest in writing within 15 days of this notification and include a detailed capability statement. No reimbursement for any cost connected with providing capability information will be provided. All responsible sources will be considered in evaluating the determination to issue a sole-source contract. Quotations or proposals received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal. A solicitation will NOT be posted to SAM.gov due to the sole source nature of the requirement.

The North American Classification System (NAICS) code 541330 - Engineering Services will be used for determining company size status.

CONTRACT/PROGRAM BACKGROUND:

Contract Number: HC108418C0002

Contract Type: CPFF

Incumbent and their size and CAGE: Viasat, Inc. (LB) CAGE: 47358

Method of previous acquisition: Sole Source

Period of performance:  JUN 2018 – AUG 2023

SPECIAL REQUIREMENTS: Must have Secret Facility Clearance and Secret Safeguarding Capability

Point of Contact: Sara Vogelgesang, sara.a.vogelgesang.civ@mail.mil 

Contact Information

Primary Point of Contact

Secondary Point of Contact





History