Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 16,1996 PSA#1596

HQ ESC/ENK, 5 Eglin Street, Bleg. 1704, Hanscom AFB, MA 01731-2116

58 -- COMMAND AND CONTROL PRODUCT LINES SOL F19628-95-R-0059 DUE 080296 POC Robert Webster, CCPL Program Manager, 617-377-4915; Michael Garrish, Contracting Officer, 617-377-3858; Walter Ronten, Negotiator, 617- 377-8474. ESC intends to solicit proposals on or about 17 June, 1996 for the Command and Control Product Lines (CCPL) contracts. CCPL is an ESC initiative to reduce the development initiative to reduce the development time and costs associated with command and control (C2) acquisitions through the development of flexible C2 architectures populated with reusable software components. CCPL will address three domains within C2: Data Fusion and Analysis, Command Centers, and Mission Planning, Simulation, and Modeling. Using reusable software engineering technology, C2 architectures, and rapid prototyping techniques, a CCPL developer can quickly integrate tested components into C2 systems. The objective of CCPL is to quickly reconfigure, or develop if necessary, individual components into proof-of-concept prototypes and deliverable first article systems that satisfy specific C2 requirements of operational users. CCPL developers may also be tasked to fully develop, integrate and field complete systems produced under CCPL. CCPL will build upon the foundation provided by the Air Force Portable, Reusable, Integrated Software Modules Program. Successful offerors will have extensive expertise in software development, systems integration, open systems standards, multi-level security, and multi-contractor development. ESC intends to award multiple Task Order contracts for this effort. Period of performance will be 5 years from the date of contract award. The total program ceiling is $1.5 Billion.$100 Million 100 Contractors will operate in a team arrangement in a jointly operated software development center located at Hanscom AFB. The joint development center will develop the common architecture, generic reusable software modules, and develop proof of concept prototypes for specific systems (core effort). The core effort portion of the contracts shall be on a Cost-Plus-Fixed-Fee basis. Development of the final systems prototypes and system fielding tasks will be awarded to individual contractors as competitive task orders. The competitive task orders may be placed on a Cost-Plus-Fixed-Fee, Firm Fixed Price, or Cost-Plus-Award-Fee basis. ESC intends to use the Software Capability Evaluation (SCE) method developed by the Software Engineering Institute (SEI) to evaluate the current software process capability of each offeror (See Capability Maturity Model for Software, Version 1.2, CMU/SEI-93-TR-24, February 1993. This document is available through the Defense Technical Information Center, Attn: FDRA, Cameron Station, Alexandria, VA 22304-6145). Each offeror is intended to be evaluated through the ''Defined'' maturity level and on their software process improvement program. All offerors wishing to receive the Request for Proposal package must send their request in writing to Mr. Walter Ronten, ESC/ENK, 5 Eglin Street (Building 1704), Hanscom AFB, Massachusetts, 01731-2216. Transmittals by FAX to number (617) 377-7033 will be accepted. Respondents must indicated if they are a small, small disadvantage, large, Section 8(a), or women owned business concern. Respondents must also indicated if they are a United States or foreign owned entity. In order to expedite the acquisition process, Software Capability Evaluations may be scheduled and conducted prior to receipt of proposals. Please indicate if you would accept an early SCE. You may also request that the Government use an existing SCE from your firm that was performed during source selection for one of the following acquisitions: (1) Global Combat Support Systems - Air Force, (2) AN/FPS-117 Reliability, Maintainability, and Supportability (RMS) Upgrade, (3) HF Radio Upgrade/Modernization (SCOPE COMMAND), (4) Theater Battle Management Core Systems (TBMCS)., provided, (a) The SCE was performed using the SCE Method, Version 2.0, and Capability Maturity Model, Version 1.1, for and ESC conducted source selection, (b) The SCE was conducted at the same business site which will propose to do the software development for CCPL, (c) The SCE Team was comprised of members from the ESC SCE Support Services Contract - AGCS, Inc., or their subcontractor, TAI, (d) The SCE Team investigated all the Key Process Areas (KPA) through the Defined Level and their nucleus goals. The RFP will be is available on the Hanscom Electronic RFP Bulletin Board (HERBB). HERBB can be accessed via computer and 14.4k9600 baud modem by dialing (617) 377-1487274-0500. Any questions regarding HERBB should be directed to the RFP Support Organization at (617) 377-5346. Replies to this notice should be submitted not later than 15 days after publication in the CBD. This announcement is a follow-on to a previous sources sought announcement published in the CBD on July 10, 1995 (CBD issue No. PSA-1384). Respondents to the sources sought announcement must also respond to this notice in order to receive a RFP package. have been placed upon the sources list for the CCPL solicitation and need not respond to this announcementA reference room containing program documents is available at the Phillips Laboratory Reference Library, 5 Wright Street (Building 1103), Hanscom AFB. Please call Mr. Walter Ronten at (617) 377-84744618 for further information. The ESC Ombudsman for acquisition is Colonel Claude E. Messamore at (617) 377-5106. All responsible concerns may submit an offer and all such offers will be considered without prejudice. (0135)

Loren Data Corp. http://www.ld.com (SYN# 0310 19960515\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page