Service Life Extension Program (SLEP) for the Satellite Deployable Node (SDN) Medium (SDN-M) and Heavy (SDN-H) Portable Satellite Communications (SATCOM) Termin...

expired opportunity(Expired)
From: Federal Government(Federal)
H92401-19-R-SDN_SLEP

Basic Details

started - 01 Mar, 2019 (about 5 years ago)

Start Date

01 Mar, 2019 (about 5 years ago)
due - 15 Mar, 2019 (about 5 years ago)

Due Date

15 Mar, 2019 (about 5 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
H92401-19-R-SDN_SLEP

Identifier

H92401-19-R-SDN_SLEP
Other Defense Agencies

Customer / Agency

DEPT OF DEFENSE (705434)US SPECIAL OPERATIONS COMMAND (USSOCOM) (2176)HQUSSOCOM (111)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:Feb 28, 2019 3:04 pm The notice is for informational purposes only IAW FAR 5.203(a).United States Special Operations Command (USSOCOM) intends to negotiate an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract on a sole source basis under the authority of FAR 6.302-1 with L3 Technologies Global Communications Solutions (L3/GCS) Corporation, 7640 Omnitech Place, Victor, NY 14564, for the upgrade and/or limited procurement of the SOF legacy SATCOM terminals. Specifically, the SDN-M (1.2 meter aperture terminal operating in the X, Ku and Ka bands) and the SDN-H (2.0 meter aperture terminal operating in the C, X, Ku and Ka bands) as outlined the attached draft Justification and Approval (JNA).The IDIQ contract is anticipated to have one, three-year ordering period starting on approximately 15 June 2019 through 14 June 2022, and two additional one-year optional ordering periods (FY23-FY24). The contract minimum guarantee will be $5K with a maximum ceiling value of $150M if all
option periods are exercised.To date, USSOCOM has purchased approximately 550 SDN-M and 61 SDN-H terminals (Hawkeye III Lite and Hawkeye III), respectively since 2012 which represents a current investment of approximately $270M. This program will provide for the upgrade of some of these outdated terminals. The extent of the upgrades required will vary dependent upon when the terminals were originally purchased and fielded, with the primary upgrades focused on achieving the current capabilities that are available within the most recent versions of the terminals as annotated within the draft JNA.The scope of this IDIQ contract also includes the purchase of new terminals and associated ancillary items, (limited to these same capabilities as those being upgraded) in low quantities to fulfill Service Component and/or Theater Special Operations Commands (TSOCs) basis of issue (BOI) allowances in order to achieve Full Operational Capability (FOC) until such time as migration to the Next Generation satellite terminals is possible. However, the scope of this IDIQ contract does not include any engineering change proposals to enhance these terminal capabilities beyond those currently in use today.As outlined in the JNA, the current SDN program's technology insertion roadmaps include eventually replacing these terminals via the Capital Equipment Replacement Program (CERP) with the Next Generation satellite terminals supporting increased High Throughput Satellites (HTS), flat panel versus parabolic technologies, increased advancements in automatic satellite acquisition and tracking capabilities, and supporting HTS low-earth orbit (LEO) and medium earth orbit (MEO) constellations/services once available.Given that these increased capabilities do not exist today while also meeting all other threshold performance requirements, SOCOM must continue to provide the current capabilities as the interim solution in order to continue meeting both program and mission requirements until those increased capabilities become widely available (approximately FY 22). Therefore, until such time that we are able to execute a CERP with new and increased capabilities on a competitive basis, it was determined that it is more advantageous from a cost, schedule, and performance perspective to simply upgrade the current terminals in use today to maintain the existing capabilities.As the original and sole equipment manufacturer (OEM) of the legacy SDN-M/H terminals, the hardware, software and associated technical data necessary to execute the SLEP are proprietary to L3/GCS, and therefore no other company has the capability to provide these SLEP requirements IAW FAR 6.302-1 (a) (2)(ii).Per FAR 5.207(c)(16)(ii), all responsible sources may submit additional capability statements that will be considered by the agency. Any party responding to this notice shall send clear, factual documentation demonstrating their ability to execute this SLEP requirement.All replies must be provided to the Government no later than Friday, March 15th, at 2:00 p.m. Eastern Standard Time. All inquiries and responses concerning this action shall be sent in writing via email to: deanna.cox@socom.mil, donna.guarrera@socom.mil, and berenice.valenzuela@socom.mil with the Solicitation number in the subject. Senders are responsible for ensuring the complete transmission and timely receipt.Contracting Office Address:7701 Tampa Point BlvdMacDill AFB, Florida 33621-5323Primary Point of Contact:Deanna CoxChief, Intelligence & Information Division (KI) HQ USSOCOM, SOF AT&L,Directorate of ProcurementDeanna.cox@socom.mil

7701 Tampa Point Blvd MacDill AFB, Florida 33621-5323 United StatesLocation

Place Of Performance : 7701 Tampa Point Blvd MacDill AFB, Florida 33621-5323 United States

Country : United StatesState : Pennsylvania

Classification

334 -- Computer and Electronic Product Manufacturing/334220 -- Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
naicsCode 334220Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
pscCode 58Radar Equipment, Except Airborne