Skip to main content

An official website of the United States government

You have 2 new alerts

Sources Sought: Universal Mobile Telephone System (UMTS) and Global System for Mobile Communications (GSM) Sustainment and Support

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)
  • Original Published Date: Feb 22, 2022 11:25 am MST
  • Original Response Date: Mar 14, 2022 03:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 16, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334210 - Telephone Apparatus Manufacturing
  • Place of Performance:
    Hill AFB , UT 84056
    USA

Description

RFI/SSS: Universal Mobile Telephone System (UMTS) and Global System for Mobile Communications (GSM) Sustainment and Support

The USAF is seeking information in order to explore options and sources (including potential small business sources) for meeting Telecommunications Support Requirements.  This Request For Information (RFI)/ Sources Sought Synopsis (SSS) does not commit the Government to contract for any supply   or service whatsoever. It also does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The information provided in this RFI/SSS is subject to change and does not bind the Government.

Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) is included as follows: (a) The Government does not intend to award a contract on the basis or this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 3 1.205 -1 8. Bid and proposal costs, or the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as in formation only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: sources sought only.

All information received by the Government in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified by the contractor. Proprietary information will be safeguarded in accordance with applicable Government regulations. Please be advised that all submissions become Government property and will not be returned.

The purpose of this RFI/SSS is to assist the Government in shaping program requirements in the future, as well as to identify interested sources who are able to meet the Government’s expressed requirements.

The Government is considering ALL contract types and/or agreements for this requirement.

The Government currently envisions that services described in the Draft PWS will be provided under a contract/agreement containing a base year plus 4 option years (additional option years may be contemplated/approved at the discretion of the appropriate approval authority).

The Government is not opposed to entertaining different approaches to  meeting the requirements of the attached Draft PWS. We are open to any new/innovative ideas that industry may have.

Work may be performed at locations other than the one listed in this RFI/SSS. All work performed will be in the CONUS.

As part of this RFI the Government is requesting the following:

Please provide a white paper (The total page limit of the white paper shall not exceed 10 pages, single sided, single spaced. Please use 8.5 X11 pages, Times New Roman, size 12 font) that includes your company’s interest in potentially meeting the Government’s requirements, as well as your company’s recent and relevant experience with regard to similar requirements (please include the contract number and contact information of the Contracting Officer/Point of Contact).

Please provide your company’s CAGE code and small business status for NAICS codes pertaining to similar types of requirements.

Contractor employees will be required to obtain/maintain a security clearance in order to meet the requirements of this draft PWS.

As such, please indicate the following in your response:

  • Do you currently possess a workforce with secret security clearances, top secret security clearances etc.?
  • Do you currently possess or have you previously possessed a Facility Security Clearance (FCL)?

Please also provide any comments/recommendations you may have regarding the Draft PWS.

                                                                                                                                         ·

Responses are due via email NLT than 1500 MDT on 14 March 2022

Point of Contact:

Please reach out with any questions/concerns.

Preston Hodson – preston.hodson@us.af.mil

Attachment #1: Draft PWS

Contact Information

Contracting Office Address

  • CP 801-586-8482 6082 FIR AVE BLDG 1232
  • HILL AFB , UT 84056-5820
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Mar 16, 2022 09:55 pm MDTSources Sought (Original)