Large Wideband SATCOM Terminals
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Solicitation (Updated)
- Updated Published Date: Nov 06, 2023 03:19 pm CST
- Original Published Date: Sep 29, 2023 05:50 pm CDT
- Updated Date Offers Due: Nov 08, 2023 11:59 am CST
- Original Date Offers Due: Oct 30, 2023 10:59 pm CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Nov 23, 2023
- Original Inactive Date: Nov 14, 2023
- 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:
Description
REQUEST FOR PROPOSAL
Large Wideband Satellite Communications Terminals
(LWST)
29 September 2023
Section A - NOTICES TO OFFERORS
The Army Contracting Command – Rock Island hereby issues this Request for Proposal (RFP) for development, production, installation, and sustainment support for fixed Large Wideband SATCOM Terminals labor for the LWST requirement, which will be needed to anchor and support the new Wideband Global Satellite (WGS)-11 Satellite. The WGS-11 Satellite is an upgrade that will possess twice the mission capability to support warfighting forces operating in contested environments, and improving capacity, flexibility and resilience. Two new Large Wideband SATCOM terminals are needed to anchor and support the new WGS-11 satellite. In addition, the Government has identified the possibility of four additional terminals to support warfighter throughput capacity requirements for an overall total of six Large Wideband SATCOM terminals. The new Large Wideband SATCOM terminals will also supplement the fleet of existing WGS terminals which are installed and maintained in 49 locations around the world. These locations include over 100 terminals that are currently operated and maintained by Army, Navy, Air Force commands, international partners, and other agencies. The intent of this acquisition is to obtain development, production, installation, and sustainment support for fixed Large Wideband SATCOM Terminals labor for the LWST requirement in accordance with (IAW) the Statement of Work (SOW), Attachment 0001 (LWST SOW), and Attachment 0002 (LWST System Specification). The Contractor shall provide all of the resources and flexibility to execute this project according to the timeline required.
Points of contact for the requirement are:
Contracting Officer: shelly.a.hitt.civ@army.mil
Contract Specialist: thor.a.olson2.civ@army.mil
1. This RFP will result in a Best Value Tradeoff award that will be made IAW the terms and conditions outlined in FAR Part 15.2, DFARS 215.2, and AFARS 5115.2. The United States Government (USG) reserves the right to conduct meaningful exchanges and request additional pricing information.
2. An award of Cost-Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and non-fee bearing Cost-Reimbursable for Other Direct Costs (ODCs) to a single awardee will result from this RFP.
3. The Contracting Officer cautions Offerors to read the RFP in its entirety, including all attachments/exhibits, to ensure that any proposal submitted in response hereto includes all technical and price information required by the RFP. An Offeror’s failure to provide the required supporting documentation may result in the Contracting Officer removing that Offeror’s proposal from consideration for award.
4. All drawings and documents must be handled IAW the markings and restrictions contained on each document. If an Offeror does not receive an award from this RFP, it agrees to immediately destroy all documents associated with this RFP. In addition, the Offeror must notify any and all subcontractors and/or affiliates provided this information for purposes of proposal development and/or submission to do the same. This includes all documents to include the Technical Data Package (TDP), drawings, and maps.
5. The resultant Indefinite delivery indefinite quantity (IDIQ) contract will be for one 60-month ordering period and 3 12-month optional periods of performance.
6. The Contract will be structured as follows:
i. Base Ordering Period: 60 months
a. Ordering Period 1
b. Ordering Period 2
c. Ordering Period 3
d. Ordering Period 4
e. Ordering Period 5
ii. Optional Service Period of performance 1:
iii. Optional Service Period of performance 2:
iv. Optional Service Period of performance 3:
Ordering Periods 1-5 under the Base Ordering Period are for fiscal and organizational considerations and are all part of the overall Base Ordering Period.
The exercise of all Optional Ordering Periods is solely at the USG’s discretion.
The CLINs may or may not be exercised sequentially.
7. This acquisition will be awarded based on evaluation of the Offeror’s proposal using the factors and sub-factors listed in Section C below.
8. The USG may incorporate the SOW, attachments, and select portions of the Offeror’s proposal into the resultant order by reference.
9. ALL QUESTIONS ARE DUE NLT 4PM CST on 13 OCTOBER 2023
PROPOSALS DUE NLT 4PM CST on 30 OCTOBER 2023
10. By submission of a proposal, the Offeror agrees to all terms and conditions outlined in the RFP, SOW and any other artifacts to include supporting documents. The Offeror is to provide its best terms and price in its proposal submission as the USG intends to award without discussions.
11. Proposal(s) may be withdrawn by the Offeror by written notice received at any time before award. Withdrawals are effective upon receipt of notice by the Contracting Officer.
12. Proposal(s) in response to this RFP will be valid through for a period of not less than 120 days from the required submission date.
13. The USG reserves the right to award without discussions.
14. Unless specified elsewhere in this RFP, or allowed by amendment, alternate proposals will not be considered and will be rejected by the USG.
15. If this RFP is amended by the USG, all terms and conditions that are not amended remain unchanged. The Offeror shall acknowledge receipt and return a signed copy of any amendment to this RFP by the date and time specified in the amendment(s) and in its proposal submission. An Offeror’s failure to acknowledge an amendment may result in that Offeror’s proposal not being considered for award.
16. The Offeror is responsible for submitting its proposal, and any modification, or revisions, by the time specified in this RFP. Any proposal, modification, or revision received after the time specified for receipt of proposals will be considered late by the USG and may not be considered for award.
17. The Offeror is required to procure all hardware and software through CHESS if possible. Equipment proposed shall be from CHESS quotes. Use this RFP number when submitting Request for Quotes on CHESS. A Letter of Authorization will be provided to the Offeror that receives the award.
***FULL TEXT OF THIS REQUEST FOR PROPOSAL FOUND AS AN ATTACHEMENT TO THIS POST***
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
- shelly A. Hitt
- shelly.a.hitt.civ@army.mil
- Phone Number 309-782-0875
Secondary Point of Contact
- Thor Olson
- thor.a.olson2.civ@army.mil
- Phone Number 3097828678
History
- Nov 23, 2023 10:55 pm CSTSolicitation (Updated)
- Nov 06, 2023 03:19 pm CSTSolicitation (Updated)
- Nov 02, 2023 04:33 pm CDTSolicitation (Updated)
- Nov 01, 2023 05:38 pm CDTSolicitation (Updated)
- Oct 30, 2023 05:11 pm CDTSolicitation (Updated)
- Oct 27, 2023 01:47 pm CDTSolicitation (Updated)
- Oct 18, 2023 07:56 pm CDTSolicitation (Updated)
- Sep 29, 2023 05:55 pm CDTSolicitation (Updated)
- Sep 29, 2023 05:50 pm CDTSolicitation (Original)
- Mar 26, 2023 10:58 pm CDTSources Sought (Original)