***Update 1 November 2023***
This update is to post N66001-23-R-0030 Amendment 0001.
The purpose of this amendment is to modify the proposal response date and time, adjust
paragraph numbering under paragraph 2.0 of Section L-2, and adjust all labor hours
listed under paragraph 2.2 of Section L-2 to reflect whole numbers and a total labor hour
value of 238,917. All other terms and conditions remain unchanged.
Additionally, the NIWC Pacific Q&A has been amended, to include additional clarification
to Question 6 (in bold font and underlined).
***Update 27 October 2023***
This update is to post NIWC Pacific's responses to all questions submitted in regards to
N66001-23-R-0030.
A formal amendment to revise the submission due date in accordance with the 26
October update is forthcoming. This amendment will also incorporate any/all revisions as
outlined in the QA document, dated 27 October 2023.
***Update 26 October 2023***
This notice is to formally announce that the proposal due date is hereby extended until 6
November 2023 at 12:00 PST.
A formal amendment and the responses to the Q&A are forthcoming.
***Update 29 September 2023***
Naval Information Warfare Center (NIWC) Pacific hereby issues Request for Proposal
(RFP) No. N66001-
23-R-0030 for the design, procurement, development, integration, and testing of
advanced technology
Relay Ground Station (RGS) hardware and software capabilities to provide uplink and
downlink capability
to the Legacy Space Based Infrared Systems (SBIRS) Geosynchronous (GEO), Defense
Support Program
(DSP), Next Gen GEO, and Next Generation Polar space vehicles.
The solicitation will only be available electronically. Electronic copies of the RFP may be
obtained
from the NAVWAR E-Commerce website at https://e-commerce.sscno.nmci.navy.mil/
under NIWC "Open
Solicitations." Hard copy versions of the RFP and any subsequent amendments will not be
available. Firms
are encouraged to review the website regularly for important solicitation information.
Updates include four (4) new/revised documents: N66001-23-R-0030 Solicitation;
revised Attch 1 - Rate
Sheet; inclusion of Attch 7 - Solicitation DD254; Draft Solicitation Q&A
Questions are due by 13 October 2023 at 5:00 PM PST.
Proposals are due by 30 October 2023 at 12:00 PM PST.
_______________________________________________________________________
________
Naval Information Warfare Center (NIWC) Pacific intends to issue Request for Proposal
(RFP) No. N66001-
23-R-0030 for the design, procurement, development, integration, and testing of
advanced technology
Relay Ground Station (RGS) hardware and software capabilities to provide uplink and
downlink capability
to the Legacy Space Based Infrared Systems (SBIRS) Geosynchronous (GEO), Defense
Support Program
(DSP), Next Gen GEO, and Next Generation Polar space vehicles.
The RGS will enable communications from Space System Command (SSC) Next
Generation SBIRS and
Legacy SBIRS GEO space vehicles to Ground Systems.
RGSs will be located in various locations worldwide and will provide connectivity between
the space
vehicles and end users. The tasking will consist of the development of new RGS sites,
upgrades to existing
RGS sites and development support at RGS sites. RGSs will be located at existing sites,
but site
improvements may be necessary for the location selected for the equipment. The
government shall
provide the land necessary for the RGS. The government will be responsible for
overseeing the
environmental work required and obtaining environmental approvals. There will be three
major
components for an RGS. The three components are facilities and infrastructure, Ground
Terminal
Equipment (GTE), and communications and networking equipment (CNE). The RGSs will
consist of various
numbers of antennas depending on the location. This IDIQ covers RGS development
work at multiple
locations worldwide. The specific tasking and requirements for each site will be addressed
at the task
order level in a more detailed PWS.
The anticipated procurement will result in no more than three (3) Indefinite Delivery,
Indefinite Quantity
(IDIQ), performance-based contracts with multiple pricing arrangements (Cost Plus Fixed
Fee (CPFF),
Cost, and Firm Fixed Price (FFP)). The period of performance will be five years. Orders
will be competed
pursuant to the ordering process at FAR 16.505(a). The North American Industry
Classification Systems
(NAICS) Code is 541330 Engineering Services ((Except (a) – Military and Aerospace
Equipment and
Military Weapons)) and the Small Business Size Standard is $47,000,000. Security
classification will be
Top Secret/Incidental Sensitive Compartmented Information (TS/SCI) classification. This
requirement will
be competed on a full and open basis. This is a follow-on to N66001-22-D-0057.
NIWC Pacific invites industry to review the DRAFT RFP and provide any comments or
questions. Comments
and Questions to the DRAFT RFP are due by 13 September 2023 at 5:00 PM PST.
NIWC Pacific anticipates that the final RFP for N66001-23-R-0030 will be released prior to
30 September
2023. The solicitation will only be available electronically. Electronic copies of the RFP
may be obtained
from the NAVWAR E-Commerce website at https://e-commerce.sscno.nmci.navy.mil/
under NIWC "Open
Solicitations." Hard copy versions of the RFP and any subsequent amendments will not be
available. Firms
are encouraged to review the website regularly for important solicitation information.
Disclaimer: This pre-solicitation notice is for information only and shall not be construed
as a commitment
by the Government to solicit contractual offers or award contracts. The Government is
not soliciting, nor
will it accept, proposals as a results of this synopsis. If a competitive solicitation is issued
in the future, it
will be announced via NAVWAR E-Commerce, and interested parties must comply with
that
announcement. The Government will not reimburse respondents for any questions
submitted or
information provided as a result of this notice. This is not a solicitation or a promise to
issue a solicitation
and this information is subject to modification and in no way binds the Government to
award a contract.