Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 9,1996 PSA#1569

HQ Electronic Systems Center, Surveillance and Control Systems (TNK), 5 Eglin Street, Hanscom AFB, MA 01731-2121

K -- REGION/SECTOR OPERATIONS CONTROL CENTER (R/SOCC) MODERNIZATION POC Mr. James K. McKenna, Contracting Officer, 617-377-7241. R/SOCC Modernization Program: Sources are being sought for an effort to modernize the Region/Sector Operations Control Center (R/SOCC) computer system and accommodate new North American Aerospace Defense Command (NORAD) mission requirements. The R/SOCC Modernization Program, a bi-national program between the United States and Canada, will replace the existing computers and displays providing: (1) expanded processing capacities, (2) an open, extensible architecture conforming to industry standards, (3) non-developmental items (NDI) to the largest extent possible to include commercial-off-the-shelf (COTS) to the greatest extent possible and government off-the-shelf (GOTS), and/or new developed software that is modular in structure and portable between hardware platforms, and (4) an increased capacity to interface with additional sensors, command and control centers, law enforcement agencies, weather data sources, and flight plan data sources. Even though existing sensors and communications, facilities, and environment will be retained, communications interfaces will be upgraded and other sensor interfaces added. The new R/SOCC computer system will improve system performance, increase reliability and maintainability, and decrease life cycle costs. As a bi-national program, it is anticipated that work will be accomplished in Canada and the United States in proportion to the cost share ratio established in the bi-national agreement. It is expected that work accomplished in each country will be representative of the range of various types of work to be accomplished as a part of the total program, e.g., one country would not perform all the software development tasks while the other country is allocated all the clerical level tasks. We expect that as a part of the source selection, one of the primary source selection criteria will be to evaluate the proportion and quality of tasks allocated to each country through subcontracting or other arrangements to ensure appropriate bi-national participation. Sources are being sought for the development, integration, documentation, installation, training, test, and support activities involved with modernizing five (5) R/SOCCs, as well as an Integrated Test Facility (ITF). The system will be a Theater Battle Management Core System (TBMCS) application and will evolve toat least Defense Information Infrastructure (DII) Common Operating Environment (COE) level 5 compliantce. In addition, extensions and/or enhancements to the TBMCS environment may be required as part of this contract. It is envisioned that an extensive amount of COTS and existing GOTS software will be used. This will require porting, developing, and/or integrating software in the Ada programming language (and other languages, as appropriate (e.g., FORTRAN, C, C++)). Additionally, it is envisioned that the R/SOCC functionality will be incrementally demonstrated and tested at the ITF before being installed and tested at operational sites. Respondents must demonstrate and/or show expertise to the maximum extent possible in the following areas: a. system architectures intended for real-time, high-availability applications, b. extensive air defense domain knowledge (e.g., detailed knowledge of air defense tracking, identification, weapons control, data link communications, and system track management algorithms, etc.), firms should provide information on previous air defense programs they have worked on within the last ten years, c. knowledge of TBMCS and DII COE architectures and capabilities, d. knowledge of applicable military data link communications and protocols, e. knowledge of full communications service (FCS), f. developing, modifying, maintaining, documenting, integrating, and managing extensive time-critical software-intensive programs with a preponderance of COTS and GOTS components, g. (e.g., minimum Capability Maturity Matrix (CMM) rating of level 3 or equivalent international standard as determined by an independent evaluator), h. extensive porting of software modules across hardware platforms, i. extensive integration of COTS and GOTS software modules, j. experience in rapid prototyping of man-machine interfaces incorporating customer/user interaction, k. adequate development, production, training, and secure test facilities, l. experience with formal risk management, providing examples of how risk was evaluated, mitigated after it was identified, and tracked, m. assessment of COTS software components intended for real-time, high availability applications, n. demonstrated experience with fielding and testing air defense or command and control systems while maintaining continuity of current operations at multiple sites, o.experience in managing a program of similar complexity to schedule and cost constraints, p. documentation for training, operations, and maintenance of delivered equipment, q. demonstrated capability of supporting systems which include COTS (software and hardware) and GOTS software componentsCOTS systems, and r. lead system integration experience with foreign contractor involvement. In conjunction with this solicitation, ESC/TNR will host an Industry Day on 23 April 1996. This meeting will be conducted at the MITRE Corporation, Building S, Room 1S100, Bedford, MA, beginning at 8:30 AM. An agenda will be provided on the Hanscom Electronic Request For Proposal Bulletin Board (HERBB). The purpose of this meeting is to review the recent changes in the R/SOCC Modernization Program, and to hold an industry-wide discussion on the various aspects of the Program, for example, potential for early capability, methods to integrate with TBMCS, source selection approaches, program risks, international relationships, etc. Visitor requests for attendance at the Industry Day forum should be sent, to arrive not later than 16 April 1996, to ESC/TNR, ATTN: Mr. Richard J. Donnelly, 51 Schilling Circle, Hanscom AFB, MA 01731-2802. Any respondent wishing to submit a qualification package must do so within 14 calendar days of CBD publication. Qualification packages should be no longer than 25 pages including any technical material, graphics, tables, photographs, a short Company resume, and resumes of key management and technical personnel. In addition to the information requested above, the Government requests that the qualification packages include the respondents ideas, questions to be answered, and/or recommendations concerning areas to be discussed at the Industry Day, streamlining initiatives, and/or other concerns/solutions.. Qualification packages should be sent to ESC/TNK, ATTN: Mr. James K. McKenna, Contracting Officer, 51 Schilling Circle, Hanscom AFB, MA 01731-2802. It is planned that subsequent to submission of the qualification packages, industry will be invited to participate in an Industry Week during which specific working groups will be formed to address the multiple aspects of the R/SOCC Modernization acquisition. Details for this activity will be discussed at Industry Day and posted on the HERBB. Throughout the solicitation process, the Government intends to use the interactive capabilities of the HERBB to provide dialogue with industry. Other Program information (e.g., Statement of Objectives (SOO), requirements documents, responses to queries, etc.) will be periodically placed on the HERBB. The HERBB can be reached on the World Wide Web (WWW) at location ''http://129.53.216.11/herbb.htm'' or through a computer modem by calling (617) 377-1487. Also, supplemental program information can be found in the Bidders' Library, located at Phillips Laboratory, Hanscom AFB, MA. Interested contractors should contact Mr. Michael P. Budney at (617) 377-7326, to arrange access to the library. This synopsis does not constitute a commitment by the government. The government does not intend to award a contract on the basis of this notice or otherwise pay for the information solicited. See Numbered Note(s): 25. (0096)

Loren Data Corp. http://www.ld.com (SYN# 0052 19960408\K-0001.SOL)


K - Modification of Equipment Index Page