|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25,1999 PSA#2461SPAWARSYSCEN-Charleston, PO Box 190022, N. Charleston, SC 29419-9022 R -- ENGINEERING & TECHNICAL SERVICES FOR ADVANCED TECHNOLOGY PROGRAMS
SOL N65236-00-R-0707 POC Patricia W. Godwin, Code 1117PG, (843)
974-5920/Contracting Officer, Bill Thomas WEB: SPAWARSYSCEN Charleston,
http://www.nise.spawar.navy.mil/NISEEAST/Codes/10/rfp.thml. E-MAIL:
Space and Naval Warfare Systems Center, godwinp@spawar.navy.mil.
Provide system life cycle support for cryptologic, intelligence, and
communications warfare programs that either directly support or relate
to the overall Command Control Communications, Computers,
Intelligence, Surveillance and Reconnaissance (C4ISR) program. The
uprpose of this contract is to provide program management, system
modeling and simulation, analysis, design, software and hardware
development, integration, live "on-air" test and evaluation, and
prototype/limited production efforts directed towards C4ISR
Cryptologic, communications and intelligence systems. Supporting
emphasis will be given to the analysis, design, development, and
integration of intelligence collection assets such as direction finding
systems and specialized surveillance radars and exploitation systems
that provide information to the intelligence community. Similar
emphasis will be accorded the C4ISR processing component and its close
relationship to the intelligence communications component. The major
programs serviced under this contract will be the PRIVATEER Tactical
Cryptologic System Program, Ship's Signal Exploitation Equipment (SSEE)
Program, CLASS TROLL Submarine System, SILENT SHIELD, RIGEL
(Counter-Drug Unit), Joint Threat Warning System (JTWS),Signals
Research and Target Development (SRTD) Program. The contractor shall
design, develop, integrate, install and support test and evaluation,
and life cycle support for these programs. The contractor must have
experience developing C++software,MOTIF user interfaces, and TCP/IP
communications for cryptologic applications. The contractor shall also
have experience in cryptologic system fabrication, integration,
installation, and test and evaluation. The contractor must have
experience with VXI/VME technology and equipment. The contractor must
be familiar with the same systems that interface with the programs as
well as the technologies and applications that are planned for
incorporation into the various programs. The contractor will be
responsible for developing advanced training methodologies and
documentation to ensure satisfactory operator proficiency and
familarization with the deployed systems. Personnel with current Single
Scope Background (SSBIs) or (SBIs) are required at contract award to
preclude delays in task execution. Performance of work will take place
in the contractor's facility, the contractor's laboratory or as
specified on each individual task order. Facilities and Security --
Respondents should have the ability to provide a total working space of
at least 15,000 square feet of an environmentally controlled area. Due
to the nature of the required support work, the contractor shall have
an engineering office within a 30 minute commute of the SPAWAR Systems
Center Charleston to facilitate coordination and provide on-site
technical support. This office, must as a minimum, contain a
meeting/conference room equipped with a minimum of two (2) six-foot
white boards, conference tables with a seating capacity for sixteen
personnel and one (1) telephone and telephone line with speakerphone
capability. The minimum floor space requirements for this office shall
be at least 10,000 square feet. SECURE Facilities -- Security
constraints necessary to support integration, test and evaluation
functions require that the contractor shall have laboratory space of at
least 1,500 square feet certified by the Defense Investigative Service
(DIS) as a limited access restricted area. Security constraints
necessary to support technical meetings require that the contractor
shall have within 30 days of contract awarda conference area of at
least 600 square feet certified by DIS as "limited access." Security
constraints necessary to support engineering analysis and computing,
technical management, and non-laboratory engineering activities require
that the contractor shall have a secure engineering workspace of at
least 500 square feet certified by DIS as "secret closed area." Within
30 days of contract award a Secret Facility Clearance is required
authorizing access, generation and storageof SECRET material. Personnel
Qualifications -- Because of the broad range and advanced technology of
the activities to be suported under this contract, the Government
requires the contractor to provide highly skilled and experienced
personnel in several specific disciplines for management and
engineering/technical roles. At the time of proposal submission a
minimum of ten (10) of the proposed management/engineering level staff
shall possess Sensitive Compartmented Information (SCI). In order to
ensure timely transition, a minimum of five (5) of the staff with
current SSBI's or SBI's must have been successfully adjudicated for
Sensitive Compartmented Information (SCI) access under a Government
program. This announcement is a Presolicitation Notice. A "draft" SOW
and Sections L and M are hereby posted. A solicitation will be posted
in the new future to the SPAWAR BUSINESS OPPORTUNITY web page. A
Cost-Plus-Fixed-Fee, Indefinite-Delivery, Indefinite-Quantity (IDIQ),
service type contract (with task orders), for a base year and four
(one-year) option periods will be awarded. The Standard Industry Code
is 8711. This procurement will be issued on a full and open competition
basis. All responsible sources may submit a proposal which will be
considered. Questions and requests for information regarding this
Pre-Solicitation Notice should be directed to Patricia W. Godwin,
Contract Negotiator, at (843) 974-5920. Posted 10/21/99 (W-SN393853).
(0294) Loren Data Corp. http://www.ld.com (SYN# 0072 19991025\R-0015.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|