SECTION A - SUPPLEMENTAL INFORMATION
A-1 NOTICE: SOLICITATION OMBUDSMAN
52.6106 (MAY 1991)
The US Army Communications-Electronics Command (CECOM) has established the office of Solicitation Ombudsman to assist industry in removing unnecessary and burdensome requirements from CECOM solicitations. The Ombudsman is authorized to suspend, cancel or revise solicitations that do not represent proper procurement practices or sound business judgment.
If you feel that a CECOM solicitation contains improper elements or can be further streamlined to promote more efficient use
of taxpayer dollars, you should first identify these issues to the procuring Contracting Officer, Lawrence A. Asch, 908-532-5486. If the PCO is unable to resolve your concerns satisfactorily, or cannot do so in a timely manner, you are encouraged to call the CECOM Ombudsman at (908) 532-3320 or (908) 532-1467. The PCO/Ombudsman should be advised 5 days prior to bid opening of any deficiency. You may also write to:
Commander, US Army CECOM
Solicitation Ombudsman
AMSEL-ACSB-B
Fort Monmouth, NJ 07703-5008
A-2 NOTICE TO OFFERORS - USE OF CLASS I OZONE-DEPLETING SUBSTANCES
52.6200 (JUL 1993)
(a) In accordance with Section 326 of P.L. 102-484, the Government is prohibited from awarding any contract which includes a specification or standard that requires the use of Class I ozone-depleting substance (ODS) identified in Section 602(a) of the
Clean Air Act, (42 U.S.C. 7671a(a)), or that can be met only through the use of such a substance unless such use has been
approved, on an individual basis, by a senior acquisition official who determines that there is no suitable substitute available.
(b) To comply with this statute, the Government has conducted a best efforts screening of the specifications and standards
associated with this acquisition to determine whether they contain any ODS requirements. To the extent that ODS requirements were revealed by this review they are identified below with the disposition determined in each case.
(c) If offerors possess any special knowledge about any other ODSs required directly or indirectly at any level of contract
performance, the U.S. Army would appreciate it if such information were surfaced to the Contracting Officer for appropriate
action. To preclude any delay to the procurement, offerors should provide any information as soon as possible after release of the solicitation and prior to the submission of offers to the extent practicable. It should be understood that there is no obligation
for offerors to comply with this request and that no compensation can be provided for doing so.
X No ODS requirements were revealed during the Government review. Refer to Section C-7, Ozone Depleting
Substances.
A-3 EXECUTIVE SUMMARY FOR THE GLOBAL BROADCAST SERVICE (GBS) GROUND TERMINAL EQUIPMENT PRODUCTION
1. GBS Program Overview: GBS is a joint service program that responds to the need for a continuous, high-speed, one-way information flow of high volume multi-media information such as imagery, maps, weather data, logistics, air tasking orders, etc. to users worldwide. GBS is an extension of the Defense Information Systems Network (DISN) and a part of the overall DoD MILSATCOM architecture.
The capabilities will evolve through a three phased program as GBS progresses towards the Phase III objective system. In Phase I (FY96-98), a Joint Broadcast System Testbed was established to support the Bosian peace mission as an element of the DISN Leading Edge Services. This testbed started with and continues to evolve the CONOPS using commercially available leased satellite and receive terminal capabilities. The Joint Program Office will transition the Phase I testbed for use in evolving broadcast management segment development and in support of other GBS activities. Phase II (FY 97-02+), which includes this acquisition, will provide a worldwide interim capability using a GBS package hosted on Navy operated UHF Follow-On (UFO) satellites 8, 9 and 10 and terminals operating at Ka and Ku band. Finally, Phase III (FY00-FY02+) will implement a fully capable worldwide system of DoD satellite and terminals.
The GBS system consists of broadcast management, space, and terminal segments. The broadcast management segment, integrates, encrypts and packages multi-media information and provides a bit stream to the Primary Injection Points (PIP) for Radio Frequency (RF) transmission to the satellite. The user receive terminal, consisting of a small satellite antenna, low noise block and receiver, will receive and convert the RF downlink signal into a bit stream for receive broadcast management decryption and distribution to end users.
This acquisition is for GBS ground terminal requirements (see Website: www.anser.org/milsatcom/bizops/programs/gbs/). The Air Force (GBS JPO) is concurrently acquiring the Broadcast Management Segment, INFOSEC requirements and system integration (see Website www.laafb.af.mil/SMC/MC/gbs). The Navy is acquiring shipborne receiver antennas (Website: www.nosc.mil/contract/draft/bin/).
2. Acquisition Strategy: The terminal acquisition strategy is a competitive, best value, FY97 award for Phase II ground terminal requirements. This will be a fixed price effort for the Interim System, PIPs, Ground Receive Terminals (GRTs) (fixed and transportable), and Integrated Receiver Decoders (IRDs). The Government is acquiring the interim system comprised of an Interim Injection Point (IIP) and Interim Ground Receive Terminal (IGRT) capability at PACOM and ACOM to support UFO #8 and #9 satellite launch dates until the PIPs and FGRTs become available. Fixed GRTs are for fixed site applications. Transportable GRTs are fully environmental and transportable to meet military threshold requirements. Range quantities for the options, including options for Transportable Theather Injection (TTI) Satellite Terminals in FY98, and T&M line items are included in paragraph 4, "CLIN Summary" of this Executive Summary.
The maintenance concept of each hardware item has been tailored to meet the user's needs. Please refer to Section H, Warranty Requirements, for those items to be provided with either a two year or a five year failure free warranty of individual coverage and concurrent systemic coverage.
As well, please refer to Section L and Section M for information on how offerors are given the latitude to propose innovative concepts that implement CAIV (Cost as an Independent Variable).
3. Basic Award:
One each IIP in Hawaii in support of UFO #8;
One each IIP in Norfolk VA in support of UFO #9;
Ten IGRTs in support of UFO #8 and #9;
One PIP facility including equipment, broadcast antenna, and installation at Hawaii;
130 each FGRT and 50 each Ku Antenna Systems (including five units of each to be sent to the AF Integration contractor);
20 each TGRTs (including five units to be sent to the AF Integration contractor);
100 each IRDs (including five units to be sent to the AF Integration contractor); and
Associated support and documentation (see paragraph 4, "CLIN Summary", below).
This solicitation will maximize the use of commercial technology, practices, and processes through the use of a performance specification and an integrated Section B and Statement of Work. The Government's evaluation approach, including the relative weights of factors and subfactors, is set forth in Section M of this solicitation. Offerors should plan to submit their best proposals initially.
4. CLIN Summary:
CONTRACT LINE ITEM BY FISCAL YEAR
REQUIREMENT FY97 FY98 FY99 FY00 FY01 FY02 FY03 FY04 FY05
GBS TERMINAL SEGMENT
EQUIPMENT
Interim Injection Point 0001
(IIP)
Hawaii
Norfolk, VA
Interim Ground Receive 0002
Terminals (IGRT)
Interim Ground Receive 0003
Terminals (IGRT) - Option
Early Deliveries to GBS 0004
System Integration
Contractor
FGRT
FGRT Ku Antenna System
TGRT
IRD
Primary Injection Point 0005
(PIP)
Hawaii
Primary Injection Point 0006 0100
(PIP) Options
Norfolk, VA Site - Option
Sigonella, Italy Site -
Option
Transportable Theater 0101
Injection (TTI) Satellite
Terminal- Options
TTI Satellite Terminal -
Options
Fixed Ground Receive 0007 0200 0300 0400 0500
Terminal (FGRT)
FGRT
FGRT Ku Antenna System 0008 0201 0301 0401 0501
FGRT Ku Antenna System
Transportable Ground 0009 0202 0302 0402 0502
Receive Terminal (TGRT),
TGRT
Integrated Receiver 0010 0203 0303 0403 0503
Decoder (IRD)
IRD Deliveries
PIP Modems - for Ku 0011 0204 0304
Augmentation
PIP Modems - for Ku
Augmentation - Option
CONTRACT LINE ITEM BY FISCAL YEAR
REQUIREMENT FY97 FY98 FY99 FY00 FY01 FY02 FY03 FY04 FY05
SPARE/REPAIR PARTS
Initial Spares/Repair Parts 0012 0205 0305 0404 0504
Initial Spares/Repair Parts
for FGRTs
Initial Spare/Repair Parts
for FGRT Ku Antenna Systems
Initial Spares/Repair Parts 0013 0206 0306 0405 0505
Initial Spares/Repair Parts
for TGRTs
Initial Spares/Repair Parts 0014 0207 0307 0406 0506
Initial Spares/Repair Parts
for IRDs
Initial Unit Level 0102
Spare/Repair Parts for TTI
- Options
Unit Level maintenance
Spare/Repair Parts
Initial Direct Support (DS) 0103
Maintenance Spare/Repair
Parts for TTI -Options
Initial DS Spare/Repair
Parts for TTI
"Mission" Spare/Repair 0015 0208 0308 0407 0507
Parts Option for FGRT (Ka &
Ku variants)
"Mission" Spare/Repair 0016 0209 0309 0408 0508
Parts Option for TGRT
"Mission" Spare/Repair Part 0017 0210 0310 0409 0509
Option IRD
"Mission" Spare/Repair Part 0104
Option for TTI
QUALIFICATION
Product Qualification 0018
Testing (PQT) - PIP
Hawaii Site PIP PQT
Conduct, Refurbishment,
Certificate Letters &
Approval
Product Qualification 0019 0105
Testing (PQT) - PIP Options
Norfolk, VA Site PIP PQT
Conduct, Refurbishment,
Certificate Letters &
Approval
Sigonella, Italy Site PIP
PQT Conduct, Refurbishment,
Certificate Letters &
Approv
Product Qualification 0020
Testing (PQT) - FGRT (Ka
and Ku Antenna Variants)
PQT Conduct, Certification
Letters and Approval - FGRT
(Ka and Ku Antenna
Variants)
CONTRACT LINE ITEM BY FISCAL YEAR
REQUIREMENT FY97 FY98 FY99 FY00 FY01 FY02 FY03 FY04 FY05
Product Qualification 0021
Testing (PQT) - TGRT
PQT Conduct, Certification
Letters and Approval - TGRT
Product Qualification 0106
Testing (PQT) for TTI
SATELLITE TERMINAL - Option
PQT Conduct, Certificate
Letters and Approval - TTI
Satellite Terminal - Option
DATA DELIVERABLES
Product Qualification Test 0022 0107
(PQT) Procedures
Test Procedure for PIP,
FGRT (Ka & Ku Antenna
Variants), TGRT & IRD
Test Procedures for TTI
Satellite Terminal - Option
Technical Manuals 0023
Operator/Unit Level
Maintenance Manual for the
IGRT
Technical Manuals 0024
Operator/Unit Level
Maintenance Manual for the
FGRT (Ka and KU Antenna
Variants)
Operator/Unit Level
Maintenance Manual for the
TGRT
Technical Manuals for the 0108
TTI Satellite Terminal -
Option
TM-13&P - Operator, Unit
Level and Direct Support
Maintenance Manual with a
Repair Parts and Special
Tools List
Training Material Source 0025
Data
Operator Unit Level
Maintenance Training
Material Source Data for
the IGRT
Operator Unit Level
Maintenance Training
Material Source Data for
the FGRTs (Ka and Ku
Variants) and TGRTs
Training Materials Source 0109
Data for TTI Satellite
Terminal - Option
Operator Training Materials
Unit Level Maintenance
Training Materials
Direct Support Maintenance
Training Materials
CONTRACT LINE ITEM BY FISCAL YEAR
REQUIREMENT FY97 FY98 FY99 FY00 FY01 FY02 FY03 FY04 FY05
Logistics Data for PIP 0026
Modem for Ku Augmentation
Operation/Maintenance
Information
Training Data
Safety Data 0027
Safety Assessment Report
(SAR) - IIP
Safety Assessment Report
(SAR) - IGRT
Safety Assessment Report
(SAR) - PIP Hawaii Site
Safety Assessment Report
(SAR) - Fixed GRT (Ka and
Ku Variants)
Safety Assessment Report
(SAR) - Transportable GRT
Safety Assessment Report
(SAR) - Integrated Receiver
Decoder
Safety Data - for PIP Site 0028 0110
- Options
Safety Assessment Report
(SAR) - PIP Norfolk, VA
Site - Option
Safety Assessment Report
(SAR) - PIP Sigonella,
Italy Site - Option
Safety Data - for TTI 0111
Satellite Terminal - Option
Safety Assessment Report
(SAR) -TTI Satellite
Terminal
Provisioning Parts List 0112
(PPL) - Option
Transportable Theater
Injection (TTI) Satellite
Terminal - Option
Engineering Data for 0029
Provisioning (EDFP)
EDFP for FGRT (Ka & Ku
Variants)
EDFP for TGRT
Engineering Data for 0113
Provisioning (EDFP) TTI
Satellite Terminal -
Options
EDFP for TTI Satellite
Terminal
Contract Status Report 0030 0114 0211 0311 0410 0510 0600 0700 0800
SERVICES
Training Services for 0031
Logistics Demonstration
Training for Logistics
Demonstration Operator/Unit
Level Maintenance Personnel
- for the FGRT (Ka and Ku
Antenna Variants)
Training for Logistics
Demonstration Operator/Unit
Level Maintenance Personnel
- for TGRT
CONTRACT LINE ITEM BY FISCAL YEAR
REQUIREMENT FY97 FY98 FY99 FY00 FY01 FY02 FY03 FY04 FY05
Training Services - TTI 0115
Operator and Maintainer
Personnel for Logistics
Demonstration - Option
Operator Training
Unit Level Maintenance
Training
Direct Support Maintenance
Training
Operation and Maintenance 0116
of GBS Equipment
IIP Operation and
Maintenance
Operation and Maintenance 0212 0312 0411 0511 0601 0701 0801
of GBS Equipment
PIP Operation and
Maintenance - Hawaii
PIP Operation and
Maintenance - Norfolk, VA
PIP Operation and
Maintenance - Sigonella,
Italy Site - Option
Site Preparation and 0032 0117
Installation of IIP and PIP
Facility(ies) - Time &
Material Requirements
System Engineering & 0033 0118 0213 0313 0412 0512 0602 0702 0802
Program Support - Time &
Material Requirements
Relocate IIP - Time & 0214
Material Requirements
Test Support - Time & 0119 0215 0314 0413
Material Requirements
Out of Warranty Repair - 0120 0216 0315 0414 0513 0603 0703 0803
Time & Material
Requirements
5. Schedule to Award. The schedule leading to the FY97 contract award is as follows:
Draft documents 28 Jun - Mar
97
Presolicitation one-on-one's 6-8 Nov 96
and 27-28 Feb
97
RFP (Final) Released 24 Mar 97
Past Performance Data Submitted 10 Apr 97
Proposals Received 24 Apr 97
Contract Award 15 Jul 97
6. Milestone Schedule: The following is the Government's milestone schedule for the GBS Program.
7. Inconsistencies. This Executive Summary has been provided as a guide and every attempt has been made to accurately reflect the requirements and information contained in the solicitation. If any inconsistencies between the Executive Summary and solicitation are found, the solicitation governs and the offeror should contact the Contracting Officer.
8. Offerors should plan to submit their best proposals initially. Any revisions that become necessary during the source selection process due to changed requirements or Items for Negotiation (IFNs) should be submitted during the discussion phase of the acquisition prior to the issuance of the request for Best and Final Offers (BAFOs). The burden of thoroughly explaining any change made in an offeror's BAFO in a manner which is sufficient to satisfy the Government's evaluators rests entirely with the offeror. If the explanation fails to assure the evaluators of the acceptability of the change, or if the evaluators do not fully understand the change, the result may be that the proposal will be downgraded or determined to be unacceptable and consequently may not be found to represent the best value to the Government. Once BAFOs are submitted, the Government will not conduct any further discussions with any offeror regarding its proposal.
9. This Executive Summary is a living document subject to change. As the Draft RFP evolves, this Executive Summary will be updated to reflect DRFP changes.
(End of narrative A001)
|
NEWSLETTER
|
| Join the GlobalSecurity.org mailing list |
|
|
|

