Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25,1999 PSA#2461

SPAWARSYSCEN-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