Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2005 FBO #1432
SOLICITATION NOTICE

D -- United States Strategic Command (USSTRATCOM) Intelligence Enterprise Support (UIES) Contract

Notice Date
10/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-05-R-0042
 
Description
55 CONS/LGCZ, 101 Washington Square, Offutt AFB, NE 68113-2107 United States Strategic Command Intelligence Enterprise Support (UIES) Contract POC: Sharon Boren, 402-232-6466, Contracting Officer, Jeffrey A. Kasza, 402-294-8940 Solicitation Number FA4600-05-R-0042 APPROXIMATE SOLICITATION ISSUE DATE: Dec 2005. The 55th Contracting Squadron plans to compete a full and open competition, non-personal services, cost plus award fee contract for a base period and five (5) one year option periods. This effort is to provide information technology support for the USSTRATCOM Intelligence Community. Contract Transition period is expected to be not more than 45 days starting approximately 15 May 2006 through 30 June 2006. This is an enterprise contract, that covers 4 categories: (1) Space Intelligence Systems Software Support (SIS3), (2) Intelligence Local Applications Support (ILAS), (3) USSTRATCOM Oracle Engineering Support (UOES), and (4) Intelligence Systems Support (ISS). This effort will provide USSTRATCOM Intelligence Community with personnel responsible to program in high-level, special purpose, retrieval languages to modify and maintain existing software. Collectively, the software engineering staff should have experience in programming and scripting languages required to support Space and locally developed unique applications and databases. A working knowledge of each language is required: C, C++, Ada 83, Client Server Applications Support Services (CSASS), Sybase Open Client and Open Server, Sybase adaptive Enterprise 12, FORTRAN 90, JavaScript, Shell Scripting, Perl with Perl/TYK, HTML, XHTML, Cascading Style Sheets (CSS), Structured Query Language (SQL); Structured Query Report Language, Graphical Query Language (GQL)/BI Query, Apache 2.0.44, ArcGIS, IPlanet, RC MOTIF 1.2.5h, Makefile, Web Browser and Portal Technologies, Java2 Enterprise Edition (J2EE) Standards, Java Server Pages (JAP), Enterprise Java Beans (EJB), Extensible Markup Language (EML), Extensible Stylessheet Language Transformations (XSLT), Data Type Definitions (DTD), XML-schemas, Solaris 5.8 or higher, Solaris Xllr5 X Windows, Oracle 9i Developer and Oracle 10g Developer; USSPACECOM specific ORBINT and MASINT, and standard intelligence applications such as Indications and Warning (I&W), imagery, collections, and targeting. Contractor must demonstrate ability to meet all requirements of the Performance Work Statement (PWS)(draft PWS to be issued at a later date), certification requirements and TOP SECRET/SCI security clearances for all employees required to perform work tasked in the before performance start date. This project is classified up to Top Secret/SCI/SI/TK/G/HCS. Individuals may require access to Single Integrated Operational Plan (SIOP), Extremely Sensitive Information. All personnel shall be currently SCI indoctrinated, have a current Single Scope Background Investigation (SSBI) and TS with DISCO, or be SCI eligible. No waivers will be considered. In addition, applicant shall have a Top Secret Clearance based on a favorable SSBI completed within the past 5 years. Contractor must comply with guidelines specified in the DD Form 254, Contract Security Classification Specification (draft DD Form 254 to be issued at a later date). The contractor must have the ability to perform activities at HQ USSTRATCOM full-time, and on a 24x7 schedule during critical periods, and reduce staff schedules during other periods. This acquisition will be conducted using negotiated procedures in accordance with FAR Part 15. The Request For Proposal (RFP) and all associated documents, when issued, will be posted on the required government wide point of entry. No solicitation is available at this time. Offerors are encouraged to subscribe/register for this solicitation number through http://www.fedbizopps.gov to ensure they automatically receive all documents associated with the procurement in a timely manner. All associated documents will be released electronically. The NAICS code is 541519, and the size standard is $21M. Numbered notes 9, 25 and 26 apply. A Sources Sought Notice on this effort was posted to FedBizOps on 27 May 2005 under reference number F3HSF15147UIES. Anticipated award date is Summer 2006. Address questions via-mail to the contract specialists or contracting officer only. No discussions will be conducted telephonically. Point of Contact Sharon Boren, 402-232-6466. Email questions to: sharon.boren@offutt.af.mil or Jeffrey Kasza, Contracting Officer, Phone 402-294-8940, Fax 402-294-7280, Email your questions to: jeffrey.kasza@offutt.af.mil.
 
Place of Performance
Address: 901 SAC BLVD, Lemay Bldg, Ste BB01, Offutt AFB NE and Omaha Metropolitan Area
Zip Code: 68113-6200
Country: USA
 
Record
SN00921671-W 20051028/051026212643 (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.