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