|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1995 PSA#141921 CONS/LGCXA, 135 E. ENT Ave., STE 101 PETERSON AFB, CO 80914-1385 D -- CHEYENNE MOUNTAIN COMPLEX (CMC) SOFTWARE SUPPORT DUE 090895 POC
Contact Anne Jackson, Contract Specialist, (719) 556-8468 or Charles
Parker, Contracting Officer, (719) 556-4080. A Draft solicitation for
the Cheyenne Mountain Complex (CMC) Software Support effort will be
available on or about 8 Sep 95. The draft solicitation defines the
fiscal year 1997 - 2001 requirements for software production, system
support, direct operational support, testing, and systems engineering
and integration services. Software production, direct operational
support, system support, testing, and engineering and integration
services are required for integrated Tactical Warning/Attack Assessment
(Integrated TW/AA) communications, space surveillance, and space
defense correlation centers and support systems. Communications, Space,
and support systems include: Communications System Segment (CSS),
Communications System Segment Replacement (CSSR), Communications
Protocol Interface Devices (CPIDS), Air Force Automated Message
Processing Exchange (AFAMPE), Survivable Communications Integration
System (SCIS), Granite Hammer (GH), Defense Message System (DMS),
Missile Warning Bypass (MWBP), Space Defense Operations Center
(SPADOC), Space Owner/Operator Communications System (SOCS), Historical
Data System Replacement (HDSR), Scenario Data Injection System (SDIS),
and the space segment of the Cheyenne Mountain Training System (CMTS).
The Global Command Control System (GCCS) also requires support. Major
tasks include software production (software maintenance, software
modification, software security, database management), direct
operational support (system program analyst (SPA) and system monitor
function), test (system testing, scenario management, interface test
and system configuration support), system support (computer equipment
operations, operating systems, software engineering, metrics
collection, astrodynamics studies and analysis), and systems
engineering and integration (Integrated TW/AA system-of-systems
analysis, requirements engineering analysis, configuration management,
code integration and system builds, technical documentation and
interface control document support, process improvement and quality
assurance, project planning and control, performance modeling,
technical performance evaluation, and communications engineering).
Additionally, system support, testing, and system engineering and
integration services are required for other Warning and other support
systems, including the NORAD Computer System (NCS), Theater Display
Terminal (TDT), Warning Display Terminal (WDT), Granite Sentry, Command
Center Processing and Display System Replacement (CCPDSR), Processing
and Display System (PDS), Mobile Command and Control System (MCCS),
Mission Support Segment (MSS)/Cinc Mobile Alternate Headquarters
(CMAH), Missile Warning Monitor System (MWMS), Video Display System
(VDS), Modular Display System (MDS) and Message Generation/Recorder
(MG/R). These Communications, Space, Warning and support systems are
located within Cheyenne Mountain Air Force Station (CMAS), at the
Alternate Processing and Correlation Center (APCC), Offutt AFB, Omaha,
NB, or at other CONUS and overseas locations. The solicitation is a
follow-on requirement to the services provided under contract
F05603-91-C-0011. The purpose of issuing the draft solicitation is to
obtain industry comments prior to issuance of the formal request for
proposal (RFP). Requests for the draft should be sent in writing to 21
CONS/LGCXA, Attn: Anne Jackson, 135 E. ENT AVE, STE 101, PETERSON AFB,
CO 80914-1385 or telefaxed to (719) 556-8469. Please specify in the
request if you would like to made arrangements to pick up a copy in
person. The office of the Competition Advocate (HQ AFSPC/CA) has an
electronic bulletin board which contains program specific information
for industry. Access to this information is available in person or via
modem. Contact Ms Sally Claunch at (719) 554-5325 for details. Updates
to the milestone schedule, answers to industry questions and comments,
and other acquisition specific information will be published on the
bulletin board. A synopsis will be prepared and published in the CBD as
required by FAR 5.204. All other information, however, will be prepared
and published on the bulletin board. Request that all contractual and
technical questions regarding this acquisition be submitted in writing
to the contracting officer or contract specialist. One-on-one
discussions are being considered for the purpose of giving potential
prime contractors an early opportunity to comment in person on the
draft RFP. If conducted, these discussions shall not serve as
capability briefings and the Government will not entertain discussion
of proposal approaches. These one-on-one discussions would be
controlled, one way flow of information/suggestions/criticism from the
contractor to the Government to help ensure the Government's
requirement is clearly stated in the final RFP. Any changes resulting
from the one-on-one discussions would be reflected in the final RFP the
same as any written comments. Those firms interested in scheduling a
one-on-one meeting should contact Anne Jackson, (719) 556-8468, or
Charles Parker, (719) 556-4080, no later than 8 Sep 95. The
contemplated milestones schedule is as follows: (1) issue draft
solicitation: 8 Sep 95, (2) release formal RFP: 2 Jan 96, (3) site
visit and preproposal conference: 24 Jan 96, (4) receive proposals: 15
Feb 96, (5) award contract: 12 Sep 96. The SIC code for this
acquisition is 7371. Firms shall provide their business status (i.e.
small, disadvantaged, woman owned, large). A business concern is
considered ''small'' for this acquisition if its annual receipts
(including its affiliates) over the previous three years do not exceed
$18 million. (0236) Loren Data Corp. http://www.ld.com (SYN# 0028 19950825\D-0001.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|