Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 4,1997 PSA#1965

Hq, 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