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