|
COMMERCE BUSINESS DAILY ISSUE OF MAY 3,1996 PSA#1587HQ ESC, Communications and Airspace Management Systems, Contracting
Office (TGK), 11 Eglin Street, Hanscom AFB, MA 01731-2120 58 -- DEFENSE IEMATS REPLACEMENT COMMAND AND CONTROL TERMINAL (DIRECT)
SOL F19628-96-R-0005 POC Mr. William H. Bailey, Contracting Officer,
617-377-9220; Ms. Rosa L. Shannon, Contract Specialist, 617-377-4883;
Ms. Frances Hunt-Burrus, Deputy Program Manager, DIRECT (Technical
POC), 617-271-8973. Notice of Contract Action (NOCA). The Electronic
Systems Center (ESC) of the Air Force Materiel Command (AFMC) intends
to award a Cost Plus Award Fee contract to design, develop, test,
produce, ship, and install the DIRECT System, a replacement for the
IEMATS Command and Control Terminal. The basic effort will consist of:
(a) Design, develop, and test the hardware and software for the DIRECT
System Suites and associated Peculiar Support Equipment (PSE). (b)
Design, develop, and test hardware and software for the DIRECT
Government Software Maintenance Facility. (c) Provide DIRECT integrated
logistics planning and operator/maintainer training. (d) Deliver
engineering data, design documents, provisioning data, technical
manuals, and TCTOs. (e) Travel to sites where DIRECT will be (is)
installed. (f) Deliver applicable test program sets for equipment
developed or modified under this contract. (g) Develop and deliver test
and system documentation for Initial Operational Test and Evaluation
(IOT&E) and system certification. (h) Develop and deliver documentation
required for installation, operation, and maintenance of test program
sets. (i) Provide support for IOT&E. (j) Options to: (1) Fabricate,
test, install, and deliver hardware and software for eight (8) DIRECT
System Suites with associated peculiar support equipment. (2) Deliver
reprocurement technical data package. (3) Fabricate, test, install and
deliver additional hardware and software for DIRECT System suites with
any associated training equipment and peculiar support equipment. (4)
Provide support for the DIRECT System Suites during installation and
testing. (5) Provide Interim Contractor Support (ICS) of the installed
DIRECT System Suites and associate software. The period of performance
for the basic contract is approximately thirty (30) months. It is the
intention of the Government to award a sole-source contract to GTE
Government Systems Corporation, 77 ''A'' Street, Needham Heights, MA
02194-2892. The authority for negotiations is 10 U.S.C. 2304(c)(1), as
implemented by FAR 6.302-1, only one responsible source. The
Government intends to award a contract by July 1996. However, if a firm
believes it is capable of performing the Government's requirements they
may identify their interest and capability to meet the following
screening criteria within 15 calendar days of this publication to
ESC/TGK Attn: Rosa Shannon, 11 Eglin Street, Hanscom AFB, MA
01731-2120. Firms must meet the following criteria: (a) Have, or be
able to immediately obtain a facility clearance, commensurate with the
security clearance of Top Secret/SIOP-ESI, and a COMSEC account. (b)
Possess appropriate management, engineering, and technical experience,
in all areas listed in this announcement, to conduct the program
without significant technical, schedule, performance, or cost risk. (c)
Prospective sources must discuss demonstrated detailed knowledge and
experience in the following areas: (1) system-level understanding of
the Nuclear C3 System and the requirements placed on the system, (2)
command center operations for command and control of nuclear weapons,
(3) automation of emergency action procedures, EWO operations,
emergency action message handling/processing, and EAM formats, (4)
automated interface to strategic EAM dissemination communications
systems, (5) Government-approved and certified EAM message error
correction (MEC) algorithms (the only approved MEC algorithms are those
currently used in the Higher Authority Communications and Rapid Message
Processing Element HAC/RMPE developed by GTE), (6) automated encoding
and decoding of EAMs interactively via screen prompting and use of
codebooks, (7) interfacing with automated electronic codebooks, (8)
implementation of information system security IAW DOD S5200.16, DODD
5200.28, CJCSI 3231.01, and ACP 123 US Supplement, (i) EAP-CJS Vols. I,
II, V, and VII. (9) system-level communications system testing, (10)
ability to provide necessary program management and planning, (11)
capability in Ada software development, documentation, and maintenance,
(12) communication interface hardware design, development, delivery,
and implementation with multiple associate contractor relationships,
(13) experience in support disciplines such as
reliability/maintainablity for highly reliable systems, quality
control, built-in test, HEMP protection, security and threat analyses,
site installation, and development of Technical Orders for maintenance
and installation, (14) experience in HMI development and coordination
for communications processing systems, (15) immediate access to TOP
SECRET/SIOP-ESI development facilities and the immediate availability
of TOP SECRET/SIOP-ESI cleared personnel to work on this project.
Respondents must fully discuss their ability to meet these criteria. A
DIRECT library has been established, for access contact Ms Maura
Taylor at 617-271-8989. Disclosure of classified and export controlled
unclassified (including sensitive unclassified) information shall be
denied to foreign Governments and Foreign Nationals, including firms
under foreign ownership, influence, or control, even if the firm has
been granted a reciprocal industrial security clearance. This Foreign
Disclosure denial applies to prime contractors and all subcontractors.
This action was previously synopsized as a Source Sought on 29
November 1995. See Numbered Note(s): 22, 25. (0122) Loren Data Corp. http://www.ld.com (SYN# 0202 19960502\58-0001.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|