Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 21,1998 PSA#2205

Strategic & Nuclear Deterrence C2, 11 Eglin Street, Hanscom AFB, MA 01731-2100

A -- INTEGRATED SPACE COMMAND & CONTROL (ISC2) POC LT COL RANDY BLAISDELL, ISC2 PROGRAM MANAGER, 719-554-6500; CAPT DWAYNE SELLERS, CONTRACTING OFFICER, 781-377-7746; LISA MAILLE, CONTRACT SPECIALIST, 781-377-4865 WEB: ESC Business Opportunities Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC, sellersd@hanscom.af.mil. This is a sources sought synopsis. The Strategic and Nuclear Deterrence C2 (SND C2) Program Office wishes to identify potential prime contractors for the Integrated Space Command and Control (ISC2) acquisition. The purpose of the ISC2 acquisition is to award a contract vehicle by which the NORAD/USSPACECOM Warfighting Support System (N/UWSS) is procured and supported. In addition, the contract will sustain, evolve, and provide operational support for the following: the existing Cheyenne Mountain Complex (CMC) C2 Systems; the Mobile Command and Control Center (MCCC) for Space and Strategic CINCs; the AFSPACE Space Operations Center (SOC) at Vandenberg AFB, CA; the USSPACECOM SPOC at Peterson AFB, CO; the Alternate Missile Warning Center (AMWC) at Offutt AFB, NE; the Cheyenne Mountain Training System (CMTS), and the space and missile warning assets located at forward user locations (e.g., NMCC, Site-R, PACAF, USAFE, etc.). In addition, this contract will provide for internal integration among the systemsidentified above, as well as for external integration of these systems with other C2 systems (e.g., SBIRS, NMD, C2IPS, TBMCS, etc.). The objectives of ISC2 are: 1. Total System Performance Responsibility (TSPR) -- The ISC2 contractor will assume TSPR for the systems within the scope of the ISC2 contract to the maximum extent possible. The contractor will serve as the principle focal point for interaction of ISC2 systems with "network-wide" C2 systems, such as those above, that are beyond the scope of this contract 2. Integration -- Seamlessly integrate new mission capabilities with existing and evolving capabilities. Ensure interoperability with other CINCs and component commands and assure flexibility to adapt to changing mission requirements 3. Mission Integrity -- Assure operational availability and integrity of C2 functions while the systems are migrated into new systems and architectures. 4. Total Ownership Cost (TOC) -- Reduce total ownership costs to develop, evolve, sustain and integrate operational support for existing and new C2 systems and architectures. Using a baseline established as part of the contract tasking, achieve a 20% cost reduction by 2005, and continuing cost reductions throughout successive years of the ISC2 Contract. 5. Reduced Cycle Times -- Provide maximum C2 capabilities within minimal delivery cycle times (e.g., weeks to months versus years) using CAIV-based evolutionary acquisition and industry "best practices" techniques. Industry days were conducted on 14 Jan 98, 23 Apr 98, and 17 Sep 98. This sources sought is being accomplished in lieu of a pre-qualification (which was briefed at the 17 Sep 98 Industry Day). Subsequent industry feedback indicates that a formal pre-qualification process may not be necessary due to a manageable number of potential primes. Consequently, the Government requests interested offerors to submit two (2) copies of a statement of their qualifications to ESC/NDK, 11 Eglin St., Hanscom AFB, MA 01731-2120, Attn: Ms. Lisa Maille. Responses mustbe received NLT 2 Nov 98. The intent of this sources sought is to identify potential prime contractors. Sources interested in being a prime shall submit a qualification package that should not exceed ten (10) one-sided pages and include the following information regarding their ability to meet the requirements of a prime contractor on this solicitation: (a) Past experience, including migration to DII COE, on projects similar to what is anticipated for the ISC2 Contract and why you believe your company is capable of performing as a Prime Contractor, and (b) Demonstrate your understanding of the problems that the ISC2 Contract must address and what potential risks you foresee that would preclude successfully achieving the objectives set forth in the first paragraph. The Government will assess prospective offerors' potential to be the ISC2 prime contractor based on the qualification packages provided. Firms considered by the Government to be highly qualified to plan and execute the ISC2 program as a prime contractor will be contacted by the PCO and a list of such firms will be made available on the Hanscom Electronic RFP Bulletin Board (HERBB). Firms considered by the Government not to be highly qualified to plan and execute the ISC2 program as a prime contractor will be afforded an opportunity to receive the Government's rationale and provide additional information. The Government will invite those firms deemed highly qualified to become actively involved in building the solicitation documents. These documents will include, but are not limited to, the Statement of Objectives, incentive strategies, the evaluation criteria for award, and the evaluation standards. Therefore, if the number of firms who identify themselves as potential primes in response to this sources sought prove to be excessive, the Government may decide to conduct a pre-qualification effort in order to realize a manageable number of firms deemed best qualified to perform the ISC2 effort. The timeframe currently planned to "jointly" develop this solicitation package will commence with the establishment of a manageable number of best qualified firms and is expected to continue for approximately 6 months. Proposed subcontractors may participate with their proposed prime contractor in this document developing exercise. Any interested firm initially judged as not best qualified as a prime will be provided a copy of the solicitation upon request. Any offer submitted by such a firm will be evaluated without prejudice. Firms should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, whether they qualify as socially or economically disadvantaged, and whether they are an U.S. or foreign-owned firm. A bidders' library is open and located at Peterson AFB, CO. The POCs for access and questions are Ms. Jean Lockett (719) 554-9416, mailto: jlocket@spacecom.af.mil and Mr. Matthew Jacobs, (719) 554-9440, mailto: mjacobs@spacecom.af.mil. Rules for access are posted on the HERBB http://www.herbb.hanscom.af.mil under "Biz Opportunities" and "Integrated Space Command & Control Contract." Please note that HERBB will be the primary source of information for the ISC2 acquisition. Interested parties should check for updates frequently and subscribe to the HERBB update service for the "Integrated Space Command & Control Contract." This synopsis is for information and planning purposes only and does not constitute a Request for Proposal (RFP) nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government will not reimburse the contractor for any cost associated with preparing or submitting a response to this notice. An Ombudsman has been appointed to address concerns from interested firms during this phase of acquisition. The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government official. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The ESC Ombudsman is Col. Lee Hughes, ESC/CX, (781) 377-5106. The Ombudsman should be contacted only with issues or problems that have been brought previously to the attention of the Program Manager and/or Contracting Officer and could not be resolved satisfactorily at that level. Please direct any questions on the ISC2 acquisition to Lt Col Blaisdell, Program Lead, 719-554-6500, or Capt Sellers, Contracting Officer, 781-377-7746. See Note 26. Posted 10/19/98 (D-SN263117). (0292)

Loren Data Corp. http://www.ld.com (SYN# 0010 19981021\A-0010.SOL)


A - Research and Development Index Page