|
COMMERCE BUSINESS DAILY ISSUE OF MAY 12,2000 PSA#2599Strategic and Nuclear Deterrence Systems Program Office, Electronic
Systems Center Detachment 5, Peterson AFB, CO 80914-2102 A -- NOTICE OF CONTRACT ACTION FOR THE INTEGRATED SPACE COMMAND AND
CONTROL (ISC2) REQUEST FOR PROPOSAL (RFP) SOL F9628-00-R-0044 DUE
062800 POC Major Donna Heinz, Contracting Officer, 719-554-9403;
Captain Chris Maine, Contract Specialist, 719-554-9347 WEB: ESC
Business Opportunities Web Page, http://www.herbb.hanscom.af.mil.
E-MAIL: Click Here to E-mail the POC, donna.heinz@cisf.af.mil. NOTICE
OF CONTRACT ACTION (NOCA). This announcement serves as notice to all
potential offerors that, on or about 28 May 2000, the Strategic and
Nuclear Deterrence Systems Program Office, Electronic Systems Center
Detachment 5, Peterson Air Force Base, Colorado anticipates release of
Call for Improvements (CFI)/Request for Proposal F19628-00-R-0011 for
the acquisition of integrated C2 capabilities for the NORAD/USSPACECOM
Warfighting Support System (N/UWSS) initiative. The ISC2 contract is a
vehicle for acquiring NORAD/USSPACECOM Warfighting Support System
(N/UWSS) capabilities, and for developing, evolving, sustaining, and
integrating CINCNORAD, CINCSPACE, CINCSTRAT and associated supporting
commands and agencies C2 capabilities. The selected contractor will
also provide operational support for the N/UWSS evolved C2 Systems. The
scope of ISC2 includes, but is not limited to, the following: Cheyenne
Mountain Complex (CMC), Mobile Consolidated Command Centers (MCCCs),
AFSPACE Aerospace Operations Center (AOC); USSPACECOM Space Operations
Center (SPOC), NORAD Operations Center (NOC), Cheyenne Mountain
Training System (CMTS) and Forward User locations. In addition, this
contract vehicle will provide for integration among all of the systems
listed above, as well as provide for integration of these systems with
other DoD C2 systems (e.g. SBIRS, NMD, C2IPS, TBMCS, NMCC, SMCC, etc.).
The primary focus of the ISC2 effort is to: (1) reduce the cost of
ownership; (2) increase flexibility to respond to rapidly evolving
mission needs; and (3) improve interoperability between N/UWSS and the
warfighting CINC support systems; all the while maintaining mission
integrity of this critical, 24/7 national defense mission operation.
The ISC2 acquisition will be conducted in two phases: Phase 1
(Migration Demonstration) awarded on 11 Feb 2000, and Phase 2
(Execution). For the Migration Demonstration (MD) Phase the Government
awarded two contracts, one to TRW Corporation and one to Lockheed
Martin Mission Systems. During MD contract performance, the two
successful contractors will advance the program's definition, refine
and validate their approaches to solving the ISC2 objectives, and
develop an approach to reduce risk during program performance and in
achieving the proposed target system architecture. For the Execution
Phase, the government will exercise options for one of the two
contractors selected during the MD Phase, or award to another
responsive and responsible offeror, whichever provides the best value
to the government as described in Section M of the solicitation. The
period of performance for Migration Demonstration is 4.5 months. The
period of performance for Execution will be up to 12 months plus 5
Option Years. The Execution Phase could have a potential performance
period of 15 years in accordance with the Award Term Plan. Pricing for
Execution, contract years 7-15, if awarded, will be negotiated between
the Government and the ISC2 contractor on a sole source basis without
further competition. The solicitation for theExecution Phase will be
available on the Internet at the Hanscom Air Force Base Electronic
Request for Proposal Bulletin Board (HERBB) Website:
http://www.herbb.hanscom.af.mil/rfp.asp and by selecting the link
"Integrated Space Command & Control Contract". Offerors will be
provided 30 days to respond to the solicitation. Telephone requests for
the solicitation will not be accepted. Firms responding to this request
shall indicate whether they are a large business, small business, very
small business, small-disadvantaged business, 8(a) concern,
women-owned business, or HUBZ one Small Business. Respondents must
specify whether they are a U.S. or foreign-owned firm. This acquisition
may involve data that are subject to export control laws and
regulations. A foreign disclosure review of the technical data has not
yet been accomplished. If the review determines that data are subject
to export controls, only contractors who are registered and certified
with the Defense Logistics Services Center (DLSC) shall be provided
copies of the solicitation or other data subject to foreign disclosure
restrictions. Contact the Defense Logistics Services Center, 74
Washington Avenue N., Battle Creek, Michigan 40917-3084
(1-800-353-3572) for further information on the certification process.
You must submit a copy of your approved DD Form 2345, Military
Critical Technical Data Agreement, with your request for the
solicitation. The RFP for the MD Phase was placed on the HERBB Website
on 4 Nov 99. Comments by the Government to Industry's questions during
the MD Phase competition are posted to this site. An Acquisition
Ombudsman, Colonel Joseph B. Magnone, Director, Commander's Staff, has
been appointed to hear concerns from offerors or potential offerors
during proposal development. You should only contact the Ombudsman with
issues or problems you cannot satisfactorily resolve with the program
manager and/or contracting officer. The Ombudsman role is to hear
concerns, issues, and recommendations and communicate these to the
appropriate government personnel. The Ombudsman will maintain strict
confidentiality if desired. The Ombudsman does not evaluate proposals
or participate in source selection. You can contact the Ombudsman at
(781) 377-5106. Contractors are reminded and cautioned that only
Contracting Officers are legally authorized to commit the Government.
Address all questions to the Contracting Officer, Major Donna Heinz,
(719) 554-9403 or Captain Chris Maine (719) 554-9347. This synopsis is
for information and planning purposes, does not constitute an IFB or
RFP, and is not to be construed as a commitment by the government. See
Numbered Notes 12 and 26. Posted 05/10/00 (A-SN453497). (0131) Loren Data Corp. http://www.ld.com (SYN# 0010 20000512\A-0010.SOL)
A - Research and Development Index Page
|
|