Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1995 PSA#1419

21 CONS/LGCXA, 135 E. ENT Ave., STE 101 PETERSON AFB, CO 80914-1385

D -- CHEYENNE MOUNTAIN COMPLEX (CMC) SOFTWARE SUPPORT DUE 090895 POC Contact Anne Jackson, Contract Specialist, (719) 556-8468 or Charles Parker, Contracting Officer, (719) 556-4080. A Draft solicitation for the Cheyenne Mountain Complex (CMC) Software Support effort will be available on or about 8 Sep 95. The draft solicitation defines the fiscal year 1997 - 2001 requirements for software production, system support, direct operational support, testing, and systems engineering and integration services. Software production, direct operational support, system support, testing, and engineering and integration services are required for integrated Tactical Warning/Attack Assessment (Integrated TW/AA) communications, space surveillance, and space defense correlation centers and support systems. Communications, Space, and support systems include: Communications System Segment (CSS), Communications System Segment Replacement (CSSR), Communications Protocol Interface Devices (CPIDS), Air Force Automated Message Processing Exchange (AFAMPE), Survivable Communications Integration System (SCIS), Granite Hammer (GH), Defense Message System (DMS), Missile Warning Bypass (MWBP), Space Defense Operations Center (SPADOC), Space Owner/Operator Communications System (SOCS), Historical Data System Replacement (HDSR), Scenario Data Injection System (SDIS), and the space segment of the Cheyenne Mountain Training System (CMTS). The Global Command Control System (GCCS) also requires support. Major tasks include software production (software maintenance, software modification, software security, database management), direct operational support (system program analyst (SPA) and system monitor function), test (system testing, scenario management, interface test and system configuration support), system support (computer equipment operations, operating systems, software engineering, metrics collection, astrodynamics studies and analysis), and systems engineering and integration (Integrated TW/AA system-of-systems analysis, requirements engineering analysis, configuration management, code integration and system builds, technical documentation and interface control document support, process improvement and quality assurance, project planning and control, performance modeling, technical performance evaluation, and communications engineering). Additionally, system support, testing, and system engineering and integration services are required for other Warning and other support systems, including the NORAD Computer System (NCS), Theater Display Terminal (TDT), Warning Display Terminal (WDT), Granite Sentry, Command Center Processing and Display System Replacement (CCPDSR), Processing and Display System (PDS), Mobile Command and Control System (MCCS), Mission Support Segment (MSS)/Cinc Mobile Alternate Headquarters (CMAH), Missile Warning Monitor System (MWMS), Video Display System (VDS), Modular Display System (MDS) and Message Generation/Recorder (MG/R). These Communications, Space, Warning and support systems are located within Cheyenne Mountain Air Force Station (CMAS), at the Alternate Processing and Correlation Center (APCC), Offutt AFB, Omaha, NB, or at other CONUS and overseas locations. The solicitation is a follow-on requirement to the services provided under contract F05603-91-C-0011. The purpose of issuing the draft solicitation is to obtain industry comments prior to issuance of the formal request for proposal (RFP). Requests for the draft should be sent in writing to 21 CONS/LGCXA, Attn: Anne Jackson, 135 E. ENT AVE, STE 101, PETERSON AFB, CO 80914-1385 or telefaxed to (719) 556-8469. Please specify in the request if you would like to made arrangements to pick up a copy in person. The office of the Competition Advocate (HQ AFSPC/CA) has an electronic bulletin board which contains program specific information for industry. Access to this information is available in person or via modem. Contact Ms Sally Claunch at (719) 554-5325 for details. Updates to the milestone schedule, answers to industry questions and comments, and other acquisition specific information will be published on the bulletin board. A synopsis will be prepared and published in the CBD as required by FAR 5.204. All other information, however, will be prepared and published on the bulletin board. Request that all contractual and technical questions regarding this acquisition be submitted in writing to the contracting officer or contract specialist. One-on-one discussions are being considered for the purpose of giving potential prime contractors an early opportunity to comment in person on the draft RFP. If conducted, these discussions shall not serve as capability briefings and the Government will not entertain discussion of proposal approaches. These one-on-one discussions would be controlled, one way flow of information/suggestions/criticism from the contractor to the Government to help ensure the Government's requirement is clearly stated in the final RFP. Any changes resulting from the one-on-one discussions would be reflected in the final RFP the same as any written comments. Those firms interested in scheduling a one-on-one meeting should contact Anne Jackson, (719) 556-8468, or Charles Parker, (719) 556-4080, no later than 8 Sep 95. The contemplated milestones schedule is as follows: (1) issue draft solicitation: 8 Sep 95, (2) release formal RFP: 2 Jan 96, (3) site visit and preproposal conference: 24 Jan 96, (4) receive proposals: 15 Feb 96, (5) award contract: 12 Sep 96. The SIC code for this acquisition is 7371. Firms shall provide their business status (i.e. small, disadvantaged, woman owned, large). A business concern is considered ''small'' for this acquisition if its annual receipts (including its affiliates) over the previous three years do not exceed $18 million. (0236)

Loren Data Corp. http://www.ld.com (SYN# 0028 19950825\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page