|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 4,1997 PSA#1965Hq, Space and Missile Systems Center, SMC/PK, 155 Discoverer Blvd,
Suite 1516, Los Angeles AFB, CA 90245-4692 99 -- LAUNCH AND NETWORK CONTROL EQUIPMENT (LANCE) SYSTEM SOL
NRO000-98-R-4755 POC Contact Contract Negotiator, Ms. Debra Hopson,
310-416-7453 or Contracting Officer, Ms Barbara Pedersen, 310-416-7757
Seeking sources for development, integration, installation, test and
delivery of the Launch and Network Control Equipment (LANCE) System to
Falcon Air Force Base (FAFB), Colorado, Vandenberg Air Force Base
(VAFB), California and Cape Canaveral Air Station (CCAS), Florida. The
LANCE System is required to provide launch support and Air Force
Satellite Control Network (AFSCN) interface services to satellite
vehicles assigned by the Office of Space Launch (OSL). The existing
system is comprised of communication, telemetry processing, computation
and display equipment. This equipment is used to perform mission
planning, system planning, network planning, test and evaluation,
readiness, day-of-launch support and post-flight analysis. This system
also serves as the single interface to the AFSCN for specific programs
designated by the OSL as requiring this capability. The existing system
is a 20+ year old mainframe architecture which also supports other
satellite control activities. The LANCE System will update and replace
the current system and will be installed at FAFB. A limited functional
version of the LANCE System may be installed at each launch base to
standardize the telemetry processing capabilities for all launches
supported by the OSL. The successful contractor shall design, develop,
install, integrate, test and activate a Commercial Off-The-Shelf
(COTS) system that will provide a launch data processing and AFSCN
command and control interface capability at FAFB; and create a
standardized telemetry processing capability at VAFB and CCAS (contract
option), which satisfies the Statement of Requirements (SOR). The
successful contractor shall also provide sustaining engineering and
maintenance support for all delivered systems and initial training of
Government and contractor personnel for LANCE operations. The
successful contractor will be required to perform all Top Secret effort
required in the performance of the contract and provide evidence of
appropriate Top Secret personnel clearances, ability to obtain Special
Background Investigations (SBIs), Top Secret facility clearance and
Secret facility safeguarding capability or provide evidence of the
ability to meet the security requirements. A cost-plus-award fee (CPAF)
type contract is contemplated. The period of performance is scheduled
for 11 May 98 through 30 Sep 01. Offerors should be aware that the
Government intends to require that cost proposals submitted in response
to the RFP use Mainstay Software Corporation's Proposal Pricing and
Analysis System (PPAS). Offerors may contact Dan Walkovitz at (303)
220-8780 for software and training. Offerors are hereby notified that
non-Government personnel will be used to assist in the acquisition
process. The Government will be utilizing the Acquisition Information
Management Support (AIMS) group from Scitor Corporation to facilitate
the source selection process. Award is scheduled for May1998.
Information regarding the LANCE System will be available on the
Internet at: http: www.lance-rfp.com. The approximate draft RFP release
date is 19 November 1997. The Industry Day will be held on 2 December
1997 at The Aerospace Corporation, Bldg A8, 2350 East El Segundo Blvd.,
El Segundo, California. Attendance is limited to 3 people for each
Offeror. Offerors must submit written requests to attend Industry Day
by 25 November 1997. Requests to attend Industry Day or for a copy of
the draft solicitation package may be sent to: SAF/SL-9, ATTN: Debra
Hopson, 2420 Vela Way, Suite 1467/A5, El Segundo, CA 90245-4659 or
e-mail at HopsonD@vampire.laafb.af.mil. Faxes may be sent to (310)
416-7811. The approximate formal RFP release date is 09 January 1998
and will be issued to all Offerors requesting the solicitation in
writing. Formal Source Selection Procedures will be used. Offerors are
requested to provide information, brochures, etc. describing their
capabilities and/or previous related experience. The Offeror must: (1)
demonstrate program management experience to include an understanding
of development processes with regard to requirements preparation,
design reviews, integration and test; (2) have established in-house
management processes and tools, to include cost and schedule controls,
and experience in cost tracking and accountability with regard to
statements of work and work breakdown structures; (3) have established
in-house software processes to provide software procedures and
development standards and risk management; (4) demonstrate knowledge
and experience with COTS products and integration with developed
mission-unique software; (5) have prior experience with telemetry
processing, data storage and distribution technology. Send capability
and experience information to: SAF/SL-9, ATTN: Debra Hopson, 2420 Vela
Way, Suite 1467/A5, El Segundo, CA 90245-4659 within 15 days after
publication of this notice. Trade journals are requested to refer
readers to this specific CBD notice in any articles concerning this
synopsis; telephonic inquiries must cite this notice. This is not a
solicitation for proposals. (0303) Loren Data Corp. http://www.ld.com (SYN# 0332 19971104\99-0004.SOL)
99 - Miscellaneous Index Page
|
|