Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2003 FBO #0582
SOURCES SOUGHT

70 -- PRODUCT TAILORING AND WARFIGHTER APPLICATIONS - AIR FORCE WEATHER WEAPON SYSTEM

Notice Date
7/2/2003
 
Notice Type
Sources Sought
 
Contracting Office
ESC/AC, Battle Management C3 Capabilities System Program Office, 50 Griffiss Street, Hanscom AFB, MA 01731-1625
 
ZIP Code
01731-1625
 
Solicitation Number
F19628-03-R-0058
 
Response Due
7/31/2003
 
Archive Date
7/31/2003
 
Point of Contact
Ms. Barbara Lawrence, Contracting Officer; 781-271-8075
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(Barbara.Lawrence@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (SSS). THIS IS NOT A SOLICITATION. This SSS is being issued to conduct market research and does not constitute a Request for Proposals (RFP) or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Electronic Systems Center (ESC), Hanscom Air Force Base, MA 01731, is seeking potential sources capable of providing a product Tailoring and Warfighter Applications (PTWA) 2010 Capability for the US Air Force (USAF) and US Army (USA). The Government is seeking prime contract offeror information at this time. The Government expects to award a single contract with an estimated dollar value of approximately $125 million incrementally funded over a five (5) year time period. The objective of this acquisition is to employ evolutionary acquisition concepts to deliver a scalable hardware (HW) and software (SW) system to meet Government needs for weather forecast generation, meteorological watch, and observation management, with increased accuracy and decreased latency. This effort will ultimately extend, consolidate, and/or replace the following existing systems: Operational Weather Squadron (OWS) Product System Phase II (OPS II), the New-Tactical Forecast System (N-TFS), the Joint Weather Impacts System (JWIS), the Integrated Meteorological System (IMETS) weather/weather effects at the tactical Army Level, and may expand to include other weather related systems. Increment 1 of the acquisition, estimated to be fielded in June 2005, is intended to provide initial capabilities based upon current systems capabilities and operational requirements (to include IMETS weather/weather effects), aiming towards the consolidation of systems. Increment 1 will provide a single, standardized human-machine interface (HMI) that improves efficiency and reduces training requirements at all levels. Increment 1 will also address Network-Centric Enterprise Services (NCES)/Defense Information Intiative Common Operating Environment (DII-COE) compliance, as well as interoperability with the Joint Mission Planning Systems (JMPS), Global Command and Control Systms (GCCS), Theater Battle Management Core Systems (TBMCS), Distributed Common Ground Station (DCGS) and the Army's Battle Command System (ABCS). The PTWA capability will be based upon the currently approved Operational Requirements Documents (ORD) and Operational Architecture, but must be adaptable to refined operational requirements, roles, and responsibilities based on the re-engineered Air Force Weather Weapon System (AFWWS) architecture. The technical framework and design will be consistent and compliant with USAF C2 Enterprise Reference Architecture (C2ERA). The C2ERA's object-oriented, component-based, open-standards architecture will provide the consistent, standards-based framework for development, modernization, and migration of combat operations and combat support systems. PTWA 2010 must be: (1) certifiable as secure and networthy IAW applicable policies and guidelines; (2) interoperable with existing and future Joint, USAF and Army Command and Control (C2) systems providing meteorological information; (3) tailorable to USAF and Army C2 mission needs and operational environments; (4) capable of receiving, manipulating and re-transmitting relevant mission information; (5) intuitive, utilizing a single standardized human-machine interface (HMI) across all three levels of operational weather support (strategic center, operational weather squadrons, and combat weather teams), enabling a single, integrated system to be used by all weather forecasters at every level of AFW operations in support of USAF and Army weather; (6) structured to exploit the economic benefits from using existing and Government Off-The-Shelf/Commercial Off-The Shelf (GOTS/COTS) hardware/software products; (7) structured not to degrade current manpower and dedicated support requirements; (8) planned to reduce the existing complexity and cost associated with operating and maintaining multiple systems; and (9) able to provide maintenance/sustainment support for those Combat Weather Team (CWT) and OWS capabilities not included in Increment 1. Qualified Source Requirements Offerors must provide a qualification package of past work that specifically addresses the characteristics listed above, but must also demonstrate ability to specify, design, document, develop, produce, integrate, install and test complex hardware and software systems and interfaces. Offerors should also demonstrate the ability to provide the training and documentation, as well as the ability to transition, migrate, field, maintain and support these (or similar) systems on a global basis (approximately 500 sites). Possession of current Software Engineering Institute (SEI) Capability Maturity Model (CMM) Level 3 (or higher) certification, independently assessed against the SEI CMM or equivalent model is required. Offerors must possess, or have the ability to obtain, a classification clearance up to the US Secret level to support development within classified environments. The offeror is also expected to have access to secure communication and storage capabilities. Guidance for Submittal It is understood that any information submitted by respondents to this synopsis is strictly voluntary and is provided at no cost to the government. Supply your pertinent company information, including contact person, phone number, and email address. Companies should also identify themselves as a large, small, small-disadvantaged, HUBZone, woman-owned, or service-disabled veteran-owned business. Responses should not be restrictive and all proprietary information should be identified. Proprietary information will be protected. All unmarked information received shall be considered non-proprietary. The Government requests that interested sources submit a qualification package (one soft copy and two hard copies) to the following address: Ms. Barbara Lawrence, Contracting Officer, ESC/ACK, 50 Griffiss Street, Hanscom AFB, MA 01731-1625, email address: Barbara.Lawrence@hanscom.af.mil. Responses are due no later than 5:00 pm EST, July 31, 2003. Responses must be submitted in MS Word 98 or higher format and should not exceed 15, one-sided, 8.5 X 11 inch pages, with font no smaller than 10 point. Soft copies should not exceed 5Mb. Sources are also requested to identify any on-going Government contract vehicles they may have for the same or similar work. Please include the name and number of the on-going contract. Original Point of Contact Please direct any questions on this announcement to Ms. Barbara Lawrence, Contracting Officer, ESC/ACK, 50 Griffis Street, Hanscom AFB, MA 01731-1625, or (781) 271-8075, email: Barbara.Lawrence@hanscom.af.mil or Mr. Jeff Baca at (781)271-2678, email: Jeffrey.Baca@hanscom.af.mil.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: ESC/AC Hanscom AFB, MA
Zip Code: 01731-1625
Country: USA
 
Record
SN00362640-W 20030704/030702213521 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.