The Army Contracting Command - Rock Island has a requirement to acquire Satellite Communications (SATCOM) Support Services to keep satellite communications systems fully functional and operational. PdM WESS is responsible for managing the acquisition, development, and modernization of enterprise SATCOM systems and state-of-the-art satellite systems portfolios. Under PdM WESS, Project Office Satellite Terminal Systems (PO STS) is responsible for acquisition, fielding, and life-cycle management of enterprise wideband Military Satellite Communications (MILSATCOM) earth terminals, and associated sub-systems. PO STS also procures, fields, and provides sustainment support on behalf of other DoD Services and Agencies as required. PO STS SATCOM terminal systems are large aperture satellite earth terminals that include the AN/GSC-52 Modernization program family of terminals, the AN/GSC-70 Ka-Band Satellite Transmit & Receive System (KaSTARS), the AN/GSC-52B (V) Modernization of Enterprise
Terminals (MET), and the Direct Communications Link. PO Satellite Baseland Systems (SBS) is responsible for the development, engineering, acquisition, fielding, Configuration Management (CM), and life-cycle sustainment in support of the PdM WESS mission. They will implement their responsibility executing various projects related to SATCOM baseband systems to include modems, multiplexers, Internet Protocol (IP) modernization, electrical power distribution, new facility equipment planning, and legacy system overhauls. PdM WESS/STS satellite terminals are at approximately 50 SATCOM locations worldwide.This is a competitive acquisition using a best-value tradeoff approach to obtain a single contract that can provide SATCOM satellite services. This requirement will be solicited under Full and Open Competition. Award will be made to the offeror whose proposal was determined to be the best value to the Government in accordance with (IAW) the criteria set forth in Section M- Evaluation Factors for Award, of the solicitation. The award will consist of a combination of Firm-Fixed Price (FFP), Time and Materials (T&M) and Cost Reimbursable (CR) CLINs. Awarded contract will include one base year, four option years, and one, six-month option to extend services, if necessary.*ANY QUESTIONS PERTAINING TO THIS SOLICITATION MUST BE RECEIVED BY 12:00 PM CENTRAL TIME (CT) 7 SEPTEMBER 2018. QUESTIONS SHALL BE SUBMITTED TO JOELLE DONOVAN, JOELLE.R.DONOVAN.CIV@MAIL.MIL AND KYLE MURRAY, KYLE.C.MURRAY.CIV@MAIL.MIL**PROPOSALS MUST BE RECEIVED BY 12:00 PM CT 24 SEPTEMBER 2018.
Location
Address: 3055 Rodman Avenue Rock Island, Illinois 61299-8000 United States