Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2010 FBO #2993
SOURCES SOUGHT

J -- Command and Control Switching System (CCSS) Organizational-Level Maintenance (O/M)

Notice Date
2/1/2010
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA821710RCCSSM
 
Archive Date
3/31/2010
 
Point of Contact
Linda J Andrews, Phone: 801-586-1230
 
E-Mail Address
linda.andrews@hill.af.mil
(linda.andrews@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought/Request for Information. OO-ALC, 84 CBSG/PKB is requesting information from interested sources on a potential requirement to provide Organizational-Level Maintenance (O/M) Services for the Command and Control Switching System (CCSS). The current contract was awarded competitively to ITT Corp. CCSS is an advanced multi-level precedance digital telecommunication switching system developed for command and control, requiring highly reliable secure communications. The system provides complete feature service to a community of users in a secure communication environment. CCSS is designed as a modular, expandable, high-isolation, redundant, non-blocking switch with emphasis on reliability and interface flexibility. The CCSS provides intra/intercommunication among subscriber lines, attendant consoles, trunks and data ports. It features extremenly high crosstalk isolation, unlimited digital conference capability, multi-level precedence and preemption call processing. CCSS Switches interface with cryptographic devices, as well as T1 bulk encryption equipment, which permit circuit access to automated secure voice communications, Defense Switch Network (DSN) and commercial networks. Components on the CCSS system are state-of-the-art, non-developmental items. This proposed acquisition will provide follow-on O/M services at numerous CCSS sites located worldwide. The required O/M services will be to provide on-site technicians to perform scheduled, unscheduled, preventative maintenance, corrective maintenance, rekeying, and moderate installations of the CCSS equipment. The equipment will include the Raytheon CCSS equipment, to include the Secure Digital Switch (SDS), and Digital Small Switch (DSS) family of switched (i.e. DSS-1, DSS-2 and DSS-2A), and associated equipment not manufactured by Raytheon (including cryptographic equipment, IDNXs and channel banks). Support will be required for all hardware, software, and firmware associated with the CCSS equipment. The contractor will be required to provide all personnel fully trained and qualified on the CCSS equipment with the required security clearances; equipment/ tools/material, excluding LRU's; and supervision to perform O/M of the CCSS equipment at each required location. The contractor will be required to provide O/M personnel with adequate training to perform the O/M tasks required. A minimum of a Top Secret clearance is required for all O/M contractor personnel. SCI, SIOP, and PSD clearances are required at select locations. Your response to this RFI should describe your technical capabilities in being able to provide all O/M services for the CCSS. You should address all experience with the Raytheon line of switches used in the CCSS and how you will provide trained/cleared personnel to provide O/M services at all required locations. You must also identify if your company is a large/small business. The NAICS code for this potential requirement is 811213. All information received in response to the RFI must be unclassified. All information received in response to this RFI marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Respondents will not be notified of the results of the Government's review of their responses. Interested parties must respond in writing. Your response to this RFI is required by 26 Feb 2010 addressed to Linda J. Andrews, e-mail linda.andrews@hill.af.mil. If you have questions, please contact Linda J. Andrews, Contracting Officer at (801) 586-1230. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information requested.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA821710RCCSSM/listing.html)
 
Place of Performance
Address: Various locations worldwide., United States
 
Record
SN02054848-W 20100203/100201235238-2e9cb2cf576921c606af3dbc9f9f882f (fbodaily.com)
 
Source
FedBizOpps 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.