Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 16,1996 PSA#1637

HQ Electronic Systems Center Surveillance and Control Systems, 51 Schilling Circle, Hanscom AFB, MA 01731-2802

K -- MODIFICATION OF EQUIPMENT POC Lisa Marie C. Clark, Contracting Officer, 617-377-7215. The Region/Sector Air Operations Center (R/SAOC) Modernization Program requests companies who self-identified themselves as a potential prime contractor (and still intend to bid as prime) submit a fifteen (15) page information package that provides information addressing how your company could potentially provide a R/SAOC capability. Our objectives for this information package are: 1) Determine if a R/SAOC modernization as described below is possible within the existing funding constraints of the program. 2) Determine what core capability could be provided in the 1998 timeframe. Specifically, the goal is to satisfy as much of the prioritized list of operational requirements as possible within a total contract target of $75M (US then year dollars). This includes the desire for an initial fielded core capability by the end of calendar year 1998 (first site fielded, tested through Initial Operational Test and Evaluation (IOT&E), and certified with the rest of the sites fielded with core capability in 1999) with a clear migration path to meeting all threshold requirements by the end of September 2000. The user has indicated that should it not be possible to meet all capabilities required for core (Version 1) or all essential capabilities by 2000, there remains some flexibility (with the exception of key parameters as designated in the Operational Requirements Document (ORD)) to reprioritize requirements. Therefore, the prioritized list of operational requirements may be revised based upon industry response to this RFI. The prioritized list of operational requirements along with the draft ORD-II (see files RSOCCRPT.XLS and ORD2IND.DOC, respectively) are available on Hanscom Electronic RFP Bulletin Board (HERBB). The Government (the term Government in this RFI includes both the US and Canadian governments) is seeking Industry's best solutions on what is or is not achievable given the funding and schedule constraints for this program. As a minimum, the information package should address the following areas: (a.) Point of Departure (POD) System - Define components suggested as a starting point for R/SAOC -- What components e.g., weapons package, TADIL B, etc. will be used? Are they fielded? On what computer/operating system? Provide a Government point of contact for the currently fielded system(s). Give an approximation of the size of each component and the expected amount of reuse, modification, and development, e.g. in lines of code. -- What components will be developed for R/SAOC? -- To what extent do you expect to make use of commercial off-the- shelf (COTS) components? (b.) Proposed Solution - System Capabilities (includes both functionality and capabilities) -- Requirements met by end of 1998 -- Requirements met at final delivery - System Architecture -- Hardware -- Software -- Expandability/Growth -- Theater Battle Management Core Systems (TBMCS) --- Proposed use of TBMCS components/infrastructure --- Integration/Migration/Growth path to full TBMCS/Global Command and Control Systems (GCCS)/Defense Information Infrastructure Common Operating Environment (DII COE) compliance (c.) Provide a sample funding profile for FY97-FY01 that is a rough-order of magnitude (ROM) showing what equipment and capabilities would be delivered to the Government for $75M (US$). Give enough detail to indicate how you have produced the ROM. Also, indicate which areas are cost drivers. Some examples are: - Hardware cost in US$ per site. Include automatic data processing equipment (ADPE), networking equipment, spares, etc. - Software cost based on source line of code (SLOC) reuse, modification, and development - System engineering, program management, system test and evaluation - Total Cost of program in US$ (d.) Discuss your risk management plans based upon your top five (5) perceived risks associated with this program. (e.) Discuss your management approach to accomplishing this effort. The specific format for the fifteen (15) page information package is as follows: (a.) Pages shall be single spaced. (b.) Times New Roman font, size 12 point. (c.) Page size is 8.5 x 11 inches. (d.) Glossary of abbreviations, title pages and table of contents are not included in page limitations. In addition, any company that intends to submit an information package as a potential prime, but has not provided a qualification package requested by the Government under the CBD announcement dated 09 April 1996 must submit that package. Refer to that CBD announcement for guidance in preparing the qualification package. If you have questions pertaining to the ORD, requirements prioritization list, or what has been requested as part of this RFI, please contact any of the following individuals: Lt. Col. Roger Koble at 617-377-7221 or kobler@hanscom.af.mil LCol. Bob Leitch at 613-996-0362 or rcs@worldlink.ca Mr. Rich Donnelly at 617-377-7295 or donnellyr@hanscom.af.mil Ms. Lisa Clark at 617-377-7215 or clarl@hanscom.af.mil Submit ten (10) copies of your information package and, if applicable, qualification package by 1000 on 15 July 1996 to ESC/TNK, Attn: Ms. Lisa Marie C. Clark, Contracting Officer, 51 Schilling Circle, Bldg. 1302F, Hanscom AFB, MA 01731-2802. All portions of the information package that are considered company proprietary should be so marked and will be treated as such by the Government. After review of all information packages it is expected that additional information and clarification may be desired from some of the respondents. The Government will contact these respondents to schedule a one day visit to their facilities beginning the week of 22 July 1996. During the Government visit to the contractor's facility the main focus will be to discuss the specific approach to meeting user requirements. These discussions will help form the basis of potential reprioritization of user requirements. Contractors may plan on giving presentations and/or demonstrations, however, time should also be allocated for detailed discussion. This announcement does not constitute a commitment by the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for the information solicited through this RFI. See Numbered Note(s): 25, 26. (0194)

Loren Data Corp. http://www.ld.com (SYN# 0062 19960715\K-0001.SOL)


K - Modification of Equipment Index Page