SOLICITATION NOTICE
J -- Depot Logistics Support for the Command and Control Switching System (CCSS).
- Notice Date
- 1/26/2009
- Notice Type
- Presolicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
- ZIP Code
- 84056
- Solicitation Number
- FA8217-09-R-REDSW
- Response Due
- 2/20/2009 10:00:00 AM
- Archive Date
- 3/7/2009
- Point of Contact
- Linda J. Andrews,, Phone: 801-586-1230
- E-Mail Address
-
linda.andrews@hill.af.mil
- Small Business Set-Aside
- N/A
- Description
- OO-ALC/Market Research/Request for Information: OO-ALC, 84 CBSG/PK is requesting information from interested sources about a potential requirement for Depot Logistics Support for the Command and Control Switching System (CCSS). The current contract was awarded on a sole-source basis to Raytheon Co. Raytheon is the OEM of the CCSS switches and most peripheral equipment. Raytheon has supported this requirement under three similar contracts for the past twenty (20) years. The Government has limited rights to the CCSS data. CCSS is an advanced multilevel precedence digital telecommunication switching system developed for command and control, requiring highly reliable secure communications. The system provides complete feature service to a community of users in a secure communication environment. CCSS is designed as a modular, expandable, high-isolation, redundant, non-blocking switch with emphasis on reliability and interface flexibility. The CCSS provides intra/intercommunication among subscriber lines, attendant consoles, trunks and data ports. It features extremely high crosstalk isolation, unlimited digital conference capability, multilevel precedence and preemption call processing. CCSS switches interface with cryptographic devices, as well as T1 bulk encryption equipment which permits circuit access to automated secure voice communications, Defense Switch Network (DSN) and commercial networks. Components on the CCSS system are state-of-the-art, non-developmental items. This proposed acquisition will provide follow-on depot logistic support for CCSS switches. There are currently over 100 listed operational CCSS switches located at strategic worldwide locations. Critical users include: The White House Communications Agency, Chairman of the Joint Chiefs, Army, Navy and Air Force, as well as other DoD and Civilian Government agencies, and the Canadian government. Other users will be supported by the proposed contract as they join the Defense Red Switch Network (DRSN). The proposed contract will provide contractor logistics support (CLS), spare parts replenishment, repair of components, technical manuals, depot logistics support office DLSO), field logistics support offices (FLSO), software support, engineering and technical assistance, switch installations and relocations (includes de-installation and re-installation) and the capability to engineer, furnish, install and test (EFI&T) future new CCSS equipment and configuration upgrades. Your response to this RFI should describe your technical approach for providing depot logistics support to the CCSS. Your response should include a description of your past experience with the Raytheon line of switches used in the CCSS and identify any major cost, schedule, and risk drivers associated with your technical approach. The Air Force is in the sustainment phase of the CCSS lifecycle. Any cost information provided in response to this RFI will not be binding. The government does not intend to award a contract on the basis of this request or to otherwise pay for the information requested except as an allowable cost under other contracts as provided in FAR 31.205-18, Bid and Proposal Costs. It is anticipated all information received in response to this RFI will be unclassified. All data received in response to this RFI marked or designated as company private or proprietary information will be fully protected from release outside the Government. Respondents will not be notified of the results of the Government's review of their responses. Interested parties must respond in writing. Your response to this request must be submitted no later than 20 Feb 2009, addressed to Linda J. Andrews via e-mail (linda.andrews@hill.af.mil). If you have questions, or require additional information, contact Linda J. Andrews, Contracting Officer.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b9d9c5d04b7f8bb7787e556813c963fb&tab=core&_cview=1)
- Place of Performance
- Address: Contractors facility and CCSS locations worldwide., United States
- Record
- SN01738382-W 20090128/090126215942-b9d9c5d04b7f8bb7787e556813c963fb (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |