SOLICITATION NOTICE
58 -- GROUND ELEMENT MEECN SYSTEM (GEMS)
- Notice Date
- 8/6/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ESC/ND, Strategic & Nuclear Deterrence C2 System Program Office, 11 Eglin Street, Hanscom AFB, MA 01731-2100
- ZIP Code
- 01731-2100
- Solicitation Number
- F19628-02-R-0062
- Response Due
- 8/19/2003
- Archive Date
- 11/5/2003
- Point of Contact
- KATHERINE S. VIANO, CONTRACTING OFFICER, 781-377-7746
- E-Mail Address
-
Email your questions to Click Here to E-mail the POC
(kathy.viano@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ESC/NDM has been tasked with new direction with respect to the procurement of communications systems, including GEMS. ASD/NII Memorandum dated 9 June 2003 requires all Global Information Grid (GIG) assets being developed, procured, or acquired as of 1 Oct 2003 shall be both Internet Protocol Version 6 (IPv6) capable as well as IPv4 interoperable. This mandate supports the DoD goal of transitioning to IPv6 for all inter- and intra-networking across DoD by FT 2008. ASD/NII Memorandum dated 17 June 2003 requires all communications waveforms and systems that operate at or above 2MHz be JTRS/SCA compliant. This is interpreted to mean that all transceivers/receivers that operate at or above 2MHz be in compliance with both the Software Communications Architecture and the Joint Tactical Radio System Operational Requirements Document. In addition, these transceivers must be able to run the networking-services layer of the Wideband Networking Waveform (WNW), support internet-packed routing on the user and network sides of the radio, and must incorporate National Security Agency (NSA)-certified software programmable cryptology. ASD/NII Memorandum dated 7 July 2003 mandates that all DoD programs will follow the Global Information Grid architecture, including its Information Assurance component, which is spearheaded by the National Security Agency. Other directives that are applicable are the latest untailored versions of DoD Instruction 4630.8, DoD Directive 8100.1, the Joint Technical Architecture, and ESC DED 002. Given these mandates and the inherent risks to the GEMS program associated with them, we at ESC/NDM request that all potential offerors revisit the information presented to us in response to previous Requests for Information (RFI) regarding total program cost and schedule. Our desire is to execute a program for 130 fixed and transportable GEMS utilizing the funding profile as previously published. We wish to have Increment I development begin in FY04, Increment I production begin the fourth quarter of FY06, but no later than the first quarter of FY07. Initial Operational Capability (IOC) will be declared when a to be determined (TBD) number of terminals have been tested and fielded to demonstrate Increment 1 capabilities. Increment II development should begin in FY07, and full operational capability (130 GEMS fielded with both Increments I and II capability) should be achieved before the end of FY10. We need to know whether this program would be executable, given the existing funding profiles, existing operational requirements, and new/updated mandates. If a funding restructure or scheduling modification of any kind is necessary to execute a totally-compliant program, we would like industry inputs regarding what funding and/or schedule changes should be considered. To remain within the published funding profile, we are also considering program options that would either make use of existing legacy systems (assuming the attainment of waivers for a select number DoD policies identified above), or restructure development and procurement of incremental capability in a manner other than that specified in the GEMS ORD. Industry thoughts and comments on these or other options are welcome. Please respond to the Contracting Officer, Ms. Katherine S. Viano, at 781-377-7746 or by email at kathy.viano@hanscom.af.mil, no later than 19 August 2003. See Numbered Note 26.
- Web Link
-
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
- Place of Performance
- Address: N/A
- Zip Code: N/A
- Country: N/A
- Zip Code: N/A
- Record
- SN00393670-W 20030808/030806213706 (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 |