Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 28, 2005 FBO #1463
MODIFICATION

70 -- DIRECT IMPROVEMENT AND SUSTAINMENT CONTRACT (DISC)(FORMERLY CLS)

Notice Date
11/25/2005
 
Notice Type
Modification
 
Contracting Office
5 Eglin Street Building 1618 Hanscom AFB, MA
 
ZIP Code
00000
 
Solicitation Number
FA8726-06-R-0001
 
Response Due
2/25/2006
 
Archive Date
2/25/2006
 
Point of Contact
2Lt Ann Tano, 781-377-8903 2Lt Joe Megery, 781-377-7798
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(joseph.megery@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation but rather a market survey to determine potential sources. The United States Air Force, Electronic Systems Center (ESC), Global Information Grid Systems Group, Minimum Essential Emergency Communications Network (MEECN) Program Office (GIGSG/KM) is seeking a qualified contractor for Improvement and Sustainment (formerly CLS), to include both hardware and software, for the Defense Injection/Reception Emergency Action Message Command and Control Terminal (DIRECT) (formerly the Defense IEMATS Replacement Command and Control Terminal) for March 2006 through February 2007, with annual options through February 2011. DIRECT was developed, produced, and installed by General Dynamics C4 Systems (formerly GTE Government Systems), Needham, MA, under contract F19628-96-C-0126. General Dynamics provided CLS under contract F19628-01-C-0053 from May 2001 through September 2005 and is currently providing CLS under a Bridge contract for the period Sep 05 - Feb 06. Overall DIRECT Improvement and Sustainment Contract (DISC) objectives are: (1) provide organizational maintenance at the sites where DIRECT is installed, (2) provide depot maintenance for both hardware and software, (3) accomplish Technical Refresh of all systems to avoid system degradation caused by parts obsolescence and inability to obtain support for vendor items, (4) perform Special Studies as authorized by the Government, (5) accomplish Work Requests for repair of failed items as authorized by the Government, (6) install one additional system presently in storage at a site to be determined, and (7) update DIRECT communications system interfaces as required by user agencies. Seven systems are currently installed in Nuclear Combatant Commander command centers at NMCC, NMCC Site R, USJFCOM, USSTRATCOM, USNORTHCOM, USPACOM, and USEUCOM. Additional systems may be added to alternate locations in the future. An additional system resides at General Dynamics as a development/test and sustainment system. DIRECT consists of both commercial-off-the-shelf (COTS) equipment and equipment designed and built by General Dynamics. DIRECT utilizes a two-level maintenance concept--organizational and depot. Organizational level hardware maintenance will be performed by contractor on-site technicians in TOP SECRET/OPSPLAN 8044-ESI facilities and will consist of system restoration by fault verification/isolation, removal/replacement of the faulty Line Replaceable Unit (LRU), and functional checkout using existing technical manuals and other technical data. Potential sources must provide appropriately cleared maintenance technicians at each site which can be utilized on an on-call-as-required basis to support DIRECT. For newly designed equipment, depot level hardware maintenance will consist of diagnostic analysis, using contractor-provided common support equipment, of returned LRUs to isolate faulty Shop Replaceable Units (SRUs), the removal and replacement of faulty SRUs, and functional checkout. SRUs in most instances will consist of circuit cards, power supplies, or fiber optics transmitters/receivers. The DISC contractor will determine the most cost-effective means of repair for each COTS hardware item consistent with meeting required system performance criteria and availability of commercial technical data. A commercial drawing package, an organizational level maintenance manual, and depot troubleshooting procedures for General Dynamics-designed LRUs are available. Two DIRECT Engineering Development Model (EDM) systems, one production system, and two Message Generator/Receivers will be provided as Government Furnished Equipment (GFE). No other peculiar depot test equipment or test program sets are available. The DISC contractor will conduct site surveys and produce, deliver, install, and check out equipment in alternate locations as required. Software maintenance will consist of periodic updates (estimated two per year) to implement changes to OPSPLAN 8044 templates and values as well as to correct other problems and incorporate enhancements. Software maintenance must take place in a TOP SECRET/OPSPLAN 8044-ESI environment with appropriately cleared personnel. Potential sources must have an appropriate security-certified software development facility available, including hardware and software tools required to incorporate, test, and manage software changes. To be considered qualified for this effort, potential sources must have detailed knowledge and experience in the following areas: (1) understanding of nuclear C3 systems; (2) command center operations for command and control of nuclear weapons in accordance with EAP-CJCS Vols. I, II, V, and VII; (3) automated interface to strategic and tactical EAM dissemination communications systems; (4) implementation of information system security IAW DOD S5200.16, DODD 5200.28, and CJCSI 3231.01; (5) system-level communications testing; (6) contract planning and management; and (7) immediate access to TOP SECRET/OPSPLAN 8044-ESI facilities and immediate availability of TOP SECRET/OPSPLAN 8044-ESI cleared personnel to work on this project. Respondents must provide detailed information in a qualification package of no more than ten double-spaced, single-sided pages. Respondents' qualification package must specifically address the following topics: (1) Describe your capabilities and experience with developing, fielding and testing software and database changes as directed by JCS for OPSPLAN 8044 and in accordance with applicable JCS regulations and directives; (2) State how many software engineers you presently employ who hold a Top Secret/OPSPLAN 8044 clearance and are available to transition to a new CLS contract; (3) Describe what facilities you possess or have immediate access to that are capable of processing Top Secret/OPSPLAN 8044 material. If none are currently in your possession or immediately accessible, describe what efforts would be required to achieve this capability and approximate amount of time that would be required; (4) State what Software Engineering Institute Capability Maturity Model rating you currently possess, the date of the rating, and source of the rating (internal evaluation, outside evaluation, etc.), any efforts in which you are currently involved to improve your rating, and when you expect to receive a new rating; (5) Describe how you would provide for around-the-clock on-call maintenance at each of the seven operational DIRECT sites, including any contracts you may have in place at these sites that could be used to share resources. If contracts and personnel are in place, state how many technicians possess a Top Secret security clearance; (6) Describe recent (within five years) experience in accomplishing security reaccreditations and recertifications for systems used to support OPSPLAN 8044; and (7) Describe any relevant and recent (within five years) experience in and knowledge of interfacing communications systems to assist in analysis of interface problems. All small business and disadvantaged sources should identify themselves as such. Interested firms should submit their written qualification package to the contracting officer no later than 15 days after the date of this announcement. Potential sources will be evaluated and determined qualified/unqualified based on the seven areas listed above. Each respondent will be advised in writing of the results of this evaluation. Any firm initially judged to be unqualified will be provided a copy of the 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. See Note 26. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-NOV-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-NOV-2005. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
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
SN00938019-W 20051128/051126211631 (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.