Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1997 PSA#1936

NISE East, P.O. Box 190022, North Charleston, SC 29419-9022

R -- SYSTEMS ENGINEERING, TECHNICAL AND LOGISTICS SUPPORT FOR C4I SYSTEMS -- POTENTIAL SOURCES SOUGHT SOL N65236-97-R-0361 DUE 092997 POC April Miller, Contract Specialist (803) 974-5954; Joliene Bowers, Contracting Officer E-MAIL: NISE East Charleston, millera@niseeast.nosc.mil. NISE East is soliciting information from potential sources for systems engineering, technical and logistics support of various Department of Defense C4I systems. This requirement is for software/hardware development, test and evaluation, training, life cycle maintenance and logistic support of the Tactical Support Center (TSC), TSC Communications Module (TCOMM), Mobile Operational Command Center (MOCC), Mobile Ashore Support Terminal (MAST), Mobile Integrated Command Facility (MICFAC), Tactical Combat Operations (TCO), Video Systems Program, Air Force and other C4I related systems, associated interface systems, and associated Foreign Military Sale (FMS) programs. The types of support required under this contract include: Systems Engineering; Software Development, Configuration Management; Quality Assurance; Material Control; Logistics; Training; and Program Management. Successful performance of this support will require knowledge, understanding and experience with the following areas, systems, subsystems program and architecture which include but are not limited to: TSC; TCOMM, AUTODIN, LDMX, RIXT, DDN, NIPRNET, SIPRNET, DMS Interface; Antisubmarine Warfare System (AWS); Operations Support System/Own Ship's Speed (OSS); Global Command & Control System/Common Operating Environment (GCCS COE); Circuit Exchange Terminal and Interface Remote Modules; SATCOM-OTCIXS/TACIXS A, TADIXS B, Voice; LINK-11 (HR-UHF), LINK-16 (UHF); Satellite Communications Transceivers (AN/URC-110, AN/WSC-3, VICS, etc.); RF Propagation and Analysis; Videoteleconference (VTC) Technology; LAN, MAN and WAN Technology; DAMA and MiniDAMA; UHF/SHF/EHF SATCOM; US Message Processing, Protocol and Communications (JANAP 128, DOI-103, ACP-127, ACP-126M); JMCIS 98; DCCS (formerly NAVMACS II); MOCC; COMSEC Devices (KG-40,KG-58, ANDVT, KW-7; KY-65, KG-84A/C, Indicator or other Embedded COMSEC requirement) and Applications; Spread Spectrum Communications Technology; TCP/IP, Ethernet, Routers; MAST; TCO; MICFAC; AN/SXQ-8 SCCTV (1. NTCS-A IVS, 2. P3/S-3 Aircraft Interface, 3. OSIS Baseline Upgrade/Operational Effectiveness Demonstration (OBU/OED); and NIU. An indefinite delivery, indefinite quantity type contract with cost plus fixed fee task orders is anticipated. The period of performance will be for a 12-month base period and four one-year options. The Government anticipates a potential level of effort of 813,400 labor hours (569,380 Domestic; 244,020 FMS) over a 60 month period . Firms are invited to submit appropriate documentation, literature, brochures, and references to support they possess the required specialized experience with the above C4I systems and capabilities necessary to meet or exceed the stated requirements. Responses shall be submitted in duplicate to NISE East, P.O. Box 190022, North Charleston, SC 29419-9022, or by electronic mail to "millera@niseeast.nosc.mil". Responses must include the following: (1) name and address of firm, (2) size of business: average annual revenue for past 3 years and number of employees, (3) ownership:Large, Small, Small Disadvantaged, 8(a), and/or Woman-Owned; (4) number of years in business; (5) two points of contact: name, title, phone, fax and e-mail; (f) DUNS Number (if available); (g) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime), (h) a list of customers covering the past 5 years: highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. RESPONDENTS DEEMED FULLY QUALIFIED WILL BE CONSIDERED IN ANY RESULTING SOLICITATION FOR THE REQUIREMENT. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET-ASIDE BASED ON RESPONSES HERETO. THE APPLICABLE SIC CODE IS 8711 WITH A SIZE STANDARD OF $20 MILLION IN ANNUAL RECEIPTS. CLOSING DATE FOR RESPONSES IS 29 SEP 97. (0262)

Loren Data Corp. http://www.ld.com (SYN# 0050 19970923\R-0006.SOL)


R - Professional, Administrative and Management Support Services Index Page