SOLICITATION NOTICE
H -- Test and Evaluation (T&E) Support for TWCS, ATWCS, TTWCS and FMS Versions of Tomahawk Weapon Control System
- Notice Date
- 10/21/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- N00178 17320 Dahlgren Road Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017804R2002
- Archive Date
- 4/30/2004
- Point of Contact
- Code XDS121 540-653-7942 FAX: 540-653-4089
- Description
- The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) has a requirement to provide systems test and technical support services to the NSWCDD Strategic and Strike Systems Department in support of Strike Weapons Systems including the Tomahawk Weapons Control System (TWCS), the Advanced Tomahawk Weapons Control System (ATWCS), the Tactical Tomahawk Weapons Control System (TTWCS), and other related software and support tools and test simulations. This support includes the establishment of a test approach, the development of test specifications, the plan and conduct of test operations, the analysis of collected test data and test coverage, the conduct of special tests for system safety, Mission Data Updates (MDUs), communication system interface testing and the development of laboratory training materials. This requirement is for a total of five years (including base period a nd options) and will be procured on a cost-plus-fixed-fee (term) basis beginning on 29 February 2004. It is anticipated that a total of 106.5 man-years will be required during the performance period of this requirement. The SIC Code is 8711, the FSC Code is H999 and the NAICS Code is 541330. There are five mandatory requirements for this acquisition that must be meet: (1) Security Classification: The Offeror must have the required facility clearance as specified in the DD254. The highest classification applicable to performance of the effort under this contract will be: Top Secret; (2) Mandatory Security Requirements per Labor Category. At least three of the proposed personnel have Top Secret security clearances in the labor categories of Senior Systems Engineer or Systems Engineer. The remainder must have at least a Secret security clearance; (3) Office Location. The contractor's proposed facility must be located within a one hour average travel time to the TOMAHAWK Facility in Building 1580 located at NSWCDD, Dahlgren Virginia. All key personnel when direct charging to the contract and not on sanctioned travel shall meet the one hour average travel time requirement in order to work in the labs and attend meetings in a timely manner; (4) Local Area Network (LAN) Connection Requirement. The contractor shall have at their site personal computers (or equivalent) capable of interfacing to the unclassified LAN and running Microsoft Office software tools. The contractor shall be responsible for procurement, maintenance, and/or leasing of all hardware and software components necessary to provide the required connectivity. To obtain acceptable operator response time, the minimum LINK speed for connectivity is one (1) million bits per second (M BPS). (A "T1" telephone connection can be used to meet this connection requirement.) The contractor shall be responsible for compliance with NSWCDD policies, procedures and guidelines relative to automated system security as stipulated in NAVSWC INSTRUCTION 5239.1 and any updates and additions thereto as they relate to remote connections to the NSWCDD Local Area Network; and (5) Standard Personal Computer Tools. At a minimum, the contractor shall have available at its site the following standard Information Technology (IT) software tools (Microsoft Windows based) and IBM compatible Personal Computers to support tasks described herein for at least Office version 97: (i) Microsoft Word - Word Processor, (ii) Microsoft Power Point - Graphics package; (iii) Microsoft EXCEL - Spreadsheet; (iv) Microsoft Project - Project scheduler; (v) Microsoft Access - Database; (vi) Email Clie nt compatible with Microsoft Outlook and (vii) Internet Browser - Netscape 4.75 or later. It is anticipated that the solicitation will be posted on approximately 4 November 2003 and will close forty-five (45) days after issuance. In order to be eligible for award, firms must be registered in the Central Contractor Registry (CCR).
- Record
- SN00455487-W 20031023/031021213247 (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 |