SOURCES SOUGHT
99 -- Battle Control System-Fixed Sector Sustainment
- Notice Date
- 6/22/2012
- Notice Type
- Sources Sought
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA8707-12-R-0022
- Archive Date
- 7/25/2012
- Point of Contact
- Racheal A. Lienhard, Phone: 7812250333, Stephen Smith, Phone: 781-266-1081
- E-Mail Address
-
racheal.lienhard@hanscom.af.mil, Stephen.smith@hanscom.af.mil
(racheal.lienhard@hanscom.af.mil, Stephen.smith@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis for Battle Control System-Fixed (BCS-F) Sector Sustainment This is not a solicitation, but rather a Sources Sought/Request for Information for the Battle Control System-Fixed (BCS-F) Sector Sustainment effort. The Interim Contractor Support (ICS) contract for BCS-F Increment 3 was awarded to Thales Raytheon Systems, LLC, (TRS) on 28 January 2010 with a period of performance ending on 29 January 2013. The United States Air Force, Headquarters, Electronic Systems Center (ESC), Battle Control Systems Division, Hanscom AFB, MA 01731, is conducting market research seeking potential sources for BCS-F Sector Sustainment that is anticipated to include a two (2) year base period of performance with one option year. It is anticipated that a contract award will take place in early December 2012 however ESC reserves the right to an extension of current services should a justified scenario occur. This sources sought synopsis neither constitutes a Request for Proposal (RFP), nor does it commit the Government to a recommended approach. This synopsis should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. The Air Force requires sector sustainment support to ensure a 99% Operational Availability of BCS-F for Air Combat Command. The following describe top-level objectives of the sector sustainment effort: 1. Provide System Integration for hardware/software version changes 2. Maintain Air Force Technical Manuals consistent with the fielded configuration and changes fielded 3. Perform Emergency Depot Level Maintenance on the BCS-F System 4. Perform BCS-F Depot Level Repairable tasks 5. Sustain Spare levels at ready for installation condition 6. Sustain and Maintain Configuration Control 7. Sustain and Prepare System Sustainment Data 8. Sustain and Ensure Technical and Security Compliance with all relevant Life Cycle Information Technology Requirements Packages in response to this synopsis must include the following information: 1. Company Name: 2. Address: 3. Point of Contact: 4. Telephone Number: 5. E-mail Address: 6. CAGE Code: 7. Web page URL: 8. Size of business and Small Business Classification: Because of the security requirements: the systems engineering, software updates, depot level repairs and sector installation activities associated with the BCS-F system must be performed within a SECRET environment by appropriately cleared personnel. Potential sources must have immediate availability of SECRET cleared personnel to work on this effort. Furthermore, all interested sources must also provide proof of the following: 1. Knowledge and experience with BCS-F Hardware and Sentry Software design. 2. Knowledge and experience of sustaining ACAT I Program substantiated by an example of an analogous effort. 3. Registration with the Directorate of Defense Trade Controls, U.S. Department of State. The export of defense related technical information and services is anticipated to support potential Foreign Military Sales (FMS). The government does not have the complete technical data, therefore potential contractor submitted packages must clearly demonstrate abilities and expertise to meet or exceed the requirements outlined in this notice. Of particular interest to the U.S. Government is demonstrated experience in optimal sustainment support with little or no disruption of services to operational users while reducing life cycle cost. Additionally, the completion of this effort will provide the U.S. Government the opportunity to sustain the system organically at an Air Logistics Center (ALC) if such a strategic life cycle management system decision is levied upon the Battle Control Systems Division. Interested firms should submit their written responses no later than 10 business days from the posting. Responses must be limited to no more than ten double-spaced, single sided pages. Responses must be unclassified. This synopsis does not constitute an Invitation for Bid, Request for Quotation, or Request for Proposal, and it 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. Firms should indicate whether they are a large business or small business under NAICS code 811212 with a size standard of $25.5M. Also, if you are a small business please inform whether you company is a small disadvantaged business, an 8(a) concern, a woman-owned small business, a service disabled veteran-owned small business or a HubZone small business and whether you qualify as socially or economically disadvantaged woman-owned small business, and whether you are a U.S. or foreign-owned firm. Please note that FedBizOpps will be the primary source of information for this acquisition. Interested parties should check for updates frequently and subscribe to the FedBizOpps update service for the "Battle Control System -Fixed Sustainment". Please direct any questions on this announcement to Mr. Stephen Smith, 11 Barksdale Street, Hanscom AFB, MA 011731-1700; telephone no. 781-225-1081; or e-mail stephen.smith@hanscom.af.mil. Interested potential sources should respond to the above in writing, within 10 business days of this publication to the address identified above. Responses should be provided in Microsoft office or PDF electronic file format. Potential Offerors are cautioned that this synopsis is for information and planning purposes only, and does not constitute a Request for Proposal (RFP) nor does its issuance commit the Government to any recommended approach. The Government will not reimburse the contractor for any costs associated with preparing or substituting a response to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8707-12-R-0022/listing.html)
- Record
- SN02784217-W 20120624/120622235536-0f6d702e502e0c360a74c33289f0d6f9 (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 |