Notice of Intent to Sole-Source: SMCS Next

expired opportunity(Expired)
From: Federal Government(Federal)

Basic Details

started - 11 Mar, 2024 (1 month ago)

Start Date

11 Mar, 2024 (1 month ago)
due - 26 Mar, 2024 (1 month ago)

Due Date

26 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
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.

NOTICE OF INTENT-SOURCES SOUGHT The Defense Information Systems Agency/Defense Information Technology Contracting Organization intends to negotiate a sole source contract with Peraton, 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 will continue providing support to facilitate the completion of the spectrum management and coordination (SMCS) of the 2025-2110 MHz band effort. This requirement resulted from the Advanced Wireless Services - 3 (AWS-3) auction that concluded in January 2015 and developed rules for the use and reallocation of systems utilizing the 1695-1710 MHz, 1755-1780 MHz and 20225-2110 MHz radio frequency bands. As part of the AWS-3 transition, selected Department of Defense (DoD) system operations were targeted to gain access to the 2025-2110 MHz band and operate on a co-primary status on a
non-interference basis with incumbent Television Broadcast Auxiliary Service (BAS), the Cable Television Relay Service (CARS), and the Local Television Transmission Service (LTTS) operations - hereafter referred to as BAS operations. This effort facilitates spectrum sharing between the incumbent licensee operations, and the transitioning DoD systems. The proposed requirement is a continuation of existing efforts over the past nine years that requires extensive planning and execution with various stakeholders, including BAS operators and the DoD Chief Information Officer (CIO), as well as development of the SMCS web-based coordination portal. This requirement addressed the refinement of business processes, technical approaches, engineering analysis, data sets and the generation other work products to enable spectrum sharing between the BAS and DoD interests in the 2025-2110 MHz band. Primary objectives include: Application of advanced working knowledge of spectrum engineering, spectrum requirements, data management, existing sharing business processes (BP), BP workflow development, extensive shareholder coordination, and SMCS software development, deployment, operations, maintenance, and continual enhancement services; Management of the software development lifecycle, delivery, and continual enhancement of SMCS; Coordination of a wide range of sharing scenarios, including cases where DoD access has been pre-coordinated with the BAS community, as well as cases where active coordination between interested entities is required; and Continued focus on maintaining and further building strong stakeholder relationships to support the coordination and collaboration within interested entities in order to progress BPs and use cases, as well as test and measurement activities to generate performance data and support vested interests in cooperation within a shared band. At this time, the incumbent contractor, Peraton Inc., is the only source capable of providing all the necessary services within the timeline limitation of this unique requirement without substantial duplication of costs. The timeline limitation for this requirement is to complete the SMCS of the 2025-2110 MHz band effort by no later than 30 September 2026. The AWS-3 auction initiative is a special, U.S. Government spectrum-related activity on a time-bound performance period and will not continue beyond fiscal year 2026. This effort will implement the final phase of the SMCS requirement and no follow-on will result from the completion of this effort. Due to the intrinsically unique arena of spectrum sharing capabilities and requirements, the establishment and maintenance of stakeholder relationships is absolutely critical to the success of the mission. Building a high level of trust, communication, and cooperation amongst competing interests from a large variety of highly involved stakeholders for this effort requires years of relevant experience and understanding of spectrum sharing, as well as highly specialized knowledge in spectrum engineering and SMCS software development. The Extensive design and implementation efforts by the incumbent contractor make these services unique due to the incumbent contractor’s ability to rapidly include spectrum engineering advances in the specifically designed and developed software with the ability to readily modify business processes and software to meet changes in the stakeholder mission requirements. 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 541511, Custom Computer Programming Services, will be used for determining company size status. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC104721D0002 / HC104722F0035 Contract Type: Firm Fixed Price (FFP) and Cost Reimbursable (CR) Incumbent and their size and CAGE: Peraton, Inc. / Large Business / Cage Code: 0HD54 Method of previous acquisition: Task order on single award IDIQ contract (Applied Engineering Services (AES)) Period of performance: 31 May 2022 - 30 May 2025 Contract Number: HC104720C0007 Contract Type: Hybrid (FFP,CR, and Cost-plus-fixed-fee (CPFF)) Incumbent and their size and CAGE: Peraton, Inc. / Large Business / Cage Code: 0HD54 Method of previous acquisition: Full & Open Competition Period of performance: 29 Sep 2020 - 03 Nov 2025 SPECIAL REQUIREMENTS: SECRET Facility Clearance Points of Contact: ramona.y.lin.civ@mail.mil

Fort George G Meade, MD, 20755, USALocation

Place Of Performance : Fort George G Meade, MD, 20755, USA

Country : United StatesState : Maryland

You may also like

Notice of Intent to Sole Source - Equipment Maintenance

Due: 30 Apr, 2024 (in 1 day)Agency: CONSUMER PRODUCT SAFETY COMMISSION

Notice of Intent to award sole source

Due: 29 Apr, 2024 (Tomorrow)Agency: DEPT OF DEFENSE

Notice of Intent to Sole Source

Due: 06 May, 2024 (in 7 days)Agency: EPA

Please Sign In to see more like these.

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

Classification

NAICS CodeCode 541511