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