Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2003 FBO #0503
SOURCES SOUGHT

58 -- PRODUCE AND INSTALL ADDITIONAL QUANTITIES OF THE DEFENSE INJECTION/RECEPTION EMERGENCY ACTION MESSAGE (EAM) COMMAND AND CONTROL (C2) TERMINAL (DIRECT).

Notice Date
4/15/2003
 
Notice Type
Sources Sought
 
Contracting Office
ESC/ND, Strategic & Nuclear Deterrence C2 , 11 Eglin Street, Hanscom AFB, MA 01731-2100
 
ZIP Code
01731-2100
 
Solicitation Number
NDK-03-001
 
Archive Date
8/12/2003
 
Point of Contact
Mohammad B. Yaqub, Contract Specialist, 781-377-6965, Blake W. Robertson, Contracting Officer, 781-377-9237
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(mohammad.yaqub@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DIRECT Sources Sought - This is not a solicitation but rather a market survey to determine potential sources for additional DIRECT production systems. The United States Air Force, Electronic Systems Center (ESC), Strategic and Nuclear Deterrence Command and Control (SND C2) Systems Program Office (ESC/ND) is seeking to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract to produce and install additional quantities of the Defense Injection/Reception Emergency Action Message (EAM) Command and Control (C2) Terminal (DIRECT). The IDIQ construct allows for a production quantity range from a minimum buy to a potential maximum of 200 systems or more. These systems will be installed in facilities which contain TOP SECRET/SIOP-ESI information, and installers must possess the appropriate security clearances. DIRECT consists of both commercial-off-the-shelf (COTS) equipment and equipment designed and developed by General Dynamics under contract F19628-96-C-0126. A commercial drawing package, which includes publicly available technical data (vendors' published catalog pages, web pages, etc.) on COTS items used in the original production build, is available for the entire system. No production test equipment or test program sets are available as Government Furnished Equipment (GFE). Software updates associated with new site installations will be accomplished by General Dynamics under contract F19628-01-C-0053. To be considered qualified for this effort, prospective sources must: (1) have a production facility which meets Defense Industrial Security requirements; (2) have engineering expertise to perform site surveys to determine individual site-unique installation details; (3) have engineering expertise to identify form, fit, and function replacements, without impacting system operation, for original COTS items which can no longer be procured (including commercial computer operating systems and other commercial software); (4) demonstrate the ability to perform the necessary production planning/management and material control; (5) have personnel with appropriate security clearances to perform system installation; (6) have sufficient technical knowledge of appropriate EAM dissemination communications systems to enable troubleshooting of site installation problems; (7) have a capability or methodology to perform integration of new production systems with software updates to be accomplished and provided by General Dynamics; (8) have a methodology for providing inputs for system documentation updates to reflect any configuration changes made in the new production systems; and (9) have the capability to assess any said configuration changes for impact on system security certifications and accreditations. To be considered qualified, offerors must provide detailed information on how their capabilities meet the required criteria identified above. In addition, prospective sources must provide responses to the following: (1) What is the smallest minimum production quantity you would require to have an economically viable production run?; (2) We expect the system, installed, to cost less than $1M. Can you produce at that level? If so, what quantity would be required to achieve that unit price? If you cannot produce at that level, what is your estimated unit price?; (3) We expect delivery within ten months after receipt of a delivery order. Can you meet this delivery schedule? If not, what is your recommended delivery schedule?; and (4) What type of contract (Cost-Plus-Fixed-Fee, Cost-Plus-Award-Fee, Firm Fixed Price, etc.) would you envision for this effort? A technical library has been established at Hanscom AFB, MA, for use in formulating these responses. Responses must be submitted on no more than ten double-spaced, single-sided pages. Firms who submit qualification packages in response to this notice are requested to identify prior contracts (by contract number and issuing office) and Government points of contact (preferably the buyer or contracting officer) where they have produced similar types of equipment. All small business and disadvantaged business sources should identify themselves accordingly. Any offeror initially judged to be unqualified will be provided a copy of any future solicitation upon request, and any firm submitting an offer will be evaluated without prejudice. This synopsis does not constitute an Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. For questions concerning DIRECT, contact 1Lt Shane Decker, DIRECT Program Manager at (781) 377-4182, fax (781) 377-8893, e-mail shane.decker@hanscom.af.mil. The point of contact (buyer) is Mr. Mohammad Yaqub, (781) 377-6965, fax (781) 377-2444, email mohammad.yaqub@hanscom.af.mil. Interested firms should submit their written response to the contracting officer, Attn.: Maj Blake Robertson, ESC/NDK, 11 Eglin Street, Hanscom AFB, MA 01731-2120, (781) 377-9237, fax (781) 377-2444, email blake.robertson@hanscom.af.mil. Responses must be received no later than 30 days after the date of this announcement. See Note 26.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00304085-W 20030417/030415213445 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.