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