Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 12,2000 PSA#2599

Strategic 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