SOURCES SOUGHT ANNOUNCEMENT
The 763rd Specialized Contracting Squadron (763 SCONS) is seeking sources for SkyBond for the Executive Airborne Communications Network (EACN) managed at Headquarters Air Mobility Command (HQ AMC).
CONTRACTING OFFICE ADDRESS:
763d Specialized Contracting Squadron
507 Symington Drive
Scott AFB, IL 62225
INTRODUCTION:
This is a SOURCES SOUGHT to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services.
The 763rd SCONS is seeking information for potential sources capable of providing the SkyBond optimized feature to the already existing Satcom Direct Routers (SDRs) in 20 aircraft.
DISCLAIMER:
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
CONTRACT/PROGRAM BACKGROUND:
This is a new requirement. There is not an existing contract for this requirement.
REQUIRED CAPABILITIES:
Satcom Direct Routers (SDRs) have been installed as the channel-bonding solution on 20 aircraft. The connections these SDRs require in order to successfully conduct the channel bonding actions within the EACN connections to the aircraft require the SkyBond optimized feature compatible with SDRs. The Government is aware of one source, Satcom Direct, capable of providing SkyBond. The intent of this Sources Sought is to identify other sources capable of meeting this requirement.
SPECIAL REQUIREMENTS:
N/A
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE:
The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517410, with the corresponding size standard of $32.5M.
To assist 763 SCONS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.
In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).
SUBMISSION DETAILS:
Responses should include (Total submission should not exceed five pages):
1) Business name and address;
2) Name of company representative, business title and email;
3) Large or Small Business Size and Type of Small Business (if applicable);
4) Cage Code;
5) DUNS Number;
6) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)
7) Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to fulfill the requirements listed in this Sources Sought. Documentation should be in bullet format.
Vendors who wish to respond to this should send responses via email NLT 7 June 17, 4:00 PM Central Daylight Time (CDT) to [email protected].
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.