Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2004 FBO #0822
SOURCES SOUGHT

R -- CONTINUOUS ENGINEERING SERVICES

Notice Date
2/24/2004
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
 
ZIP Code
84056
 
Solicitation Number
Reference-Number-FA8204-04-R-AAAD
 
Response Due
3/4/2004
 
Archive Date
5/24/2004
 
Point of Contact
Cathie Richardson, Contracting Officer, Phone 801-777-0130, Fax 801-777-0990,
 
E-Mail Address
Cathie.Richardson@hill.af.mil
 
Description
Solicitation number: F42610-04-R-60141 (PR Number) The following information is provided to do a Market Survey of Industry to see if there are any potential contractors, in addition to ITT Aerospace/Communications Div., who have the skills and knowledge required to complete this effort. This acquisition is for continuous engineering services in support of the 465L/Strategic Automated Command Communication System (SACCS) weapons system, Intercontinental Ballistic Missile (ICBM) System Program Office, Ogden Air Logistics Center (OO-ALC). The Air Force is in the progress of preparing a justification and approval document to gain the required approval to issue a sole-source request for proposal to ITT. This effort will include engineering support for the SACCS weapons system to include labor, travel/subsistence, and material to support Hill AFB, HQ AFSPC, USSTRATCOM at Offutt AFB, and at other various locations, in the following areas: Provide continuous engineering support services to the SACCS weapons system. SACCS includes unique equipment design and complex subsystem interfaces involving communications and data processing equipment of aging technology and complex architecture. The SACCS data processing unit (DPU) is a modified, version of the IBM Series/1 computer. The programming language is IBM CS-1 Macro assembler language. The operating system consists of an Internal Access Control Mechanism (IACM). The DPU and IACM were created specifically for SACCS to be approved by the National Security Agency as capable of providing the secure features needed to support the handling of Top Secret SIOP/ESI information. Engineering services tasks will include investigating, surveying, analyzing, assessing, testing, verifying, validating, designing, developing engineering models, and integrating hardware and software solutions for this unique weapons system. Subject to the government?s considerations, a viable source, which is not already qualified to provide the requisite services, will submit a concise and program specific response presenting sufficient information to substantiate that they have (1) the necessary knowledge and understanding of the requirements; (2) facilities and employees with satisfactory qualifications (Top Secret SIOP/ESI security clearances required); and appropriate management and engineering experience with the SACCS system and/or similar systems; and be able to conduct the engineering/technical requirements without technical, schedule, or cost risk. In addition, a viable source, which is not currently qualified, will conduct a demonstration of capability prior to award of contract. ITT is the only current qualified source to the engineering/technical services identified hereunder. The response shall describe the potential offeror?s qualifications in the following areas: (1) SACCS weapons system program. Describe current and past SACCS related programs conducted by the potential offeror and its relevance to services described herein. (2) Management System. Describe the management approach to be employed on the program. (3) Personnel Experience. Describe the qualifications of personnel projected to work on this program. Management, engineering, and technical personnel should have experience on the SACCS system and/or similar systems, including the details of those program/contracts worked. (4) Facilities. Describe those facilities to be provided to the contractor?s personnel to encourage optimum performance on the required tasks. (5) Demonstration of capability. Describe the plan (and schedule), prior to contract award, that demonstrates the potential offeror?s capability to perform the tasks required. The proposed contract action is for supplies and services for which the government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Potential offerors may identify their interest and capability to respond to the requirement or submit proposals. Potential offerors are requested to submit two (2) copies of an unclassified response (limited to 30 pages) with 10 days after publication of this notice to OO-ALC/LMKA, 6014 Dogwood Ave., Hill AFB, UT 84056-5816, Attn: Cathie Richardson. Information received will be normally considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that Small Business firms or others interested in subcontracting opportunities in connection with the desired procurement make contact with the firm listed. Requests for further information regarding this announcement should be directed to the Contracting Officer. No telephone or fax requests. Only written requests received directly from the requestor are acceptable.
 
Record
SN00529459-W 20040226/040225082826 (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.