Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1998 PSA#2043

Department of the Navy, NAWCAD Contracts Competency Division, Villa Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010

58 -- LIGHTWEIGHT TACTICAL AUTOMATED COMMUNICATIONS CONTROL SYSTEM SOL N00421-98-R-1002 POC Point of Contact: Mr. Carnell M. Mosley, 301-862-6037; Contracting Officer: Mr. William A. Case, Jr., 301-862-8641 WEB: Click here to view NAVAIR Web page, http://www.navair.navy.mil. E-MAIL: Click here to contact the Point of Contact (POC) via e-mail, mosley_carnell%SI@MR.NAWCAD.NAVY.MIL. The Naval Air Warfare Center Aircraft Division, Patuxent River, located at St. Inigoes, Maryland proposes to solicit for Lightweight Tactical Automated Communications Control System (LTACCS) and supporting services and data. LTACCS is projected to be initially fielded to Army Special Operations Forces (SOF) in the Joint Base Station (JBS) and will be used in small communications assemblages by small teams of light forces to control their tactical radios and automatically route their message traffic over High Frequency (HF) and Ultra High Frequency (UHF) Tactical Satellite Communications (TACSATCOM) systems employing the Advance Data Controller (ADC). The LTACCS will replace current communications control system, the CGS-100 manufactured by California Microwave Inc., and some message processing systems currently used by the Navy SOF. LTACCS will also provide gateway access to current and projected, tactical and strategic, data communications such as Secure Internet Protocol Router Network (SIPRNET), Non-Classified Internet Protocol Router Network (NIPRNET), Defense Message System (DMS), and tactical digital systems. LTACCS is Non-Developmental Item (NDI), low technical risk, acquisition to provide a small quantity of LTACCS to meet immediate and near term requirements and provide minimum essential logistical support over the projected maximum technical life of the system. It is the Government's goal to minimize or eliminate certification costs. It is the Government's desire that (1) all certifications for LTACCS be in place, (2) that new or additional certifications be minimal, and (3) when new or additional certifications are required they be accomplished with minimal cost and effort. This solicitation, RFP number N00421-98-R-1002, is a full and open competitive procurement and a five (5) year (one (1) base year and four (4) one year options), indefinite quantity indefinite delivery (IDIQ) type contract is anticipated. It is anticipated that all hardware and its peripherals as well as maintenance trainingcourses shall be firm-fixed price (FFP). Associate and engineering and software support services shall be time and material (T&M). Labor categories for support services are as follows: Junior Computer Specialist 2,000 hrs/yr, Engineering Technician III 1,500 hrs/yr, Senior Computer Specialist 2,000 hrs/yr (Key Personnel), Computer Specialist 2,000 hrs/yr (Key Personnel), and System Engineer 2,500 hrs/yr (Key Personnel). The total estimated hours for this portion is estimated at 50,000 hours. THIS CONTRACT WILL NOT BE SUBJECT TO THE SERVICE CONTRACT ACT (SCA). In accordance with FAR 16.504( c )(iv), it has been has determined that the orders to be issued under this proposed contract are so integrally related that only a single contractor can reasonably perform the work. Accordingly, multiple awards will not be made under this RFP. A top secret facility clearance and top secret level of safeguarding will be required. A Small Business Subcontracting Plan will be required. The Navy intends to release a draft RFP relating to solicitation N00421-98-R-1002, issued in advance of the Government's actual Request for Proposal (RFP) in order to maximize competitive conditions; enhance teaming arrangements; and increase the time frame for competitive proposal development. The draft RFP (anticipated to be released on or before March 31, 1998), final RFP, amendments, questions and answers will be published via the Internet in Microsoft Word 6.0 format and will reside on the NAVAIR Home Page for downloading, located on the World Wide Web (WWW). The WWW server may be accessed using browsers such as NETSCAPE and Microsoft Internet Explorer. The WWW address, or URL, for the NAVAIR Home Page is http://www.navair.navy.mil The draft RFP and RFP will be located under the Business Opportunity heading. Relevant status of the RFP prior to release may also be found there. PAPER COPIES OF THE DRAFT RFP, FINAL RFP, AND AMENDMENTS WILL NOT BE MADE AVAILABLE OR ISSUED. WRITTEN REQUESTS FOR AN ELECTRONIC COPY ON DISC MAY BE SENT TO: Department of the Navy, Contracts Group (Attn.: Mr. Carnell M. Mosley (Code 25411I)), Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Road, St. Inigoes, Md., 20684-0010 or via e-mail (mosley_carnell%SI@MR.NAWCAD.NAVY.MIL). TELPHONE REQUEST FOR DRAFT SOLICITATIONS AND FINAL SOLICITATIONS WILL NEITHER BE ACCEPTED NOR RETUNED. ALL PROSPECTIVE OFFERORS ARE STONGLY ENCOURAGED TO USE THE INTERNET TO ACCESS ALL DOCUMENTS. Questions and answers are also expected to be done electronically. Questions shall be sent to the same e-mail address (or Government address) set forth above. All question must provide the return Internet address and a Company Mailing address for NAVAIR use in case of Internet problems. Responses to questions, and the questions as well, will be posted on the Internet at the same location as the RFP. OFFERORS ARE RESPONSIBLE FOR MONITORING THE HOME PAGE FOR DRAFT RFP CHANGES, AMENDMENTS TO THE RFP, QUESTIONS AND ANSWERS. Responses to questions will NOT be sent to each e-mail address. The Point of Contact (POC) and Contracting Officer (KO) are Mr. Carnell M. Mosley, Code: 2.5.4.1.1I, (301)862-6037 and Mr. William A. Case, Jr., Code:2.5.4.1.1B, (301) 862-8641, respectively. (0058)

Loren Data Corp. http://www.ld.com (SYN# 0255 19980303\58-0006.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page