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