|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,2000 PSA#2604ESC/NDK, Strategic & Nuclear Deterrence C2, 11 Eglin Street, Hanscom
AFB, MA 01731-2100 70 -- CONTRACTOR LOGISITCS SUPPORT FOR THE DEFENSE IMPROVED MESSAGE
AUTOMATIC TRANSMISSION SYSTEM (IEMATS) REPLACEMENT COMMAND AND CONTROL
TERMINAL (DIRECT)SYSTEMS FOR FY01 WITH OPTIONS FOR FY02 THROUGH FY05.
SOL DIRECT-0000 DUE 061900 POC Ron Sipes, Logistics Manager, (781)
377-8926; Tatia Evelyn-Feggans, Contract Negotiator, (781) 388-8902;
Richard Edge, Jr., Maj.USAF,Contracting Officer (781) 377-9237. WEB:
N/A,. E-MAIL: Click Here to E-mail the POC,
Tatia.Evelyn-Feggans@hanscom.af.mil. This is not a solicitation but
rather a market survey to determine potential sources for the DIRECT
program. The United States Air Force, Electronic Systems Center (ESC),
Strategic and Nuclear Deterrence Command and Control (SND C2) systems
program office is seeking a qualified contractor for Contractor
Logistics Support (CLS), to include both hardware and software, for the
Defense Improved Emergency Message Automatic Transmission System
(IEMATS) Replacement Command and Control Terminal (DIRECT) Systems for
FY01 with options for FY02 through FY05. DIRECT was developed,
produced, installed, and is currently maintained by General Dynamics
Communication Systems, Needham, MA, under contract F19628-96-C-0126.
Seven systems are installed in current Nuclear Commander in Chiefs
(CINCs) command centers at NMCC, NMCC Site R, USJFCOM, USSTRATCOM,
USSPACECOM, USPACOM, and USEUCOM. An additional system resides at
General Dynamics as a development/test and sustainment system. DIRECT
consists of both commercial-off-the-shelf (COTS) equipment and newly
designed/developed equipment. DIRECT utilizes a two-level maintenance
concept -- organizational and depot. Organizational level hardware
maintenance will be performed by contractor on-site technicians in TOP
SECRET/SIOP-ESI facilities and will consist of system restoration by
fault verification/isolation, removal/replacement of the faulty Line
Replaceable Unit (LRU), and functional checkout using existing
technical manuals and other technical data. Prospective offerors must
have appropriately cleared on-site maintenance technicians currently in
place at each site and available on an on-call basis to support DIRECT.
For newly designed equipment, depot level hardware maintenance will
consist of diagnostic analysis, using common support equipment, of
returned LRUs to isolate faulty Shop Replaceable Units (SRUs), the
removal and replacement of faulty SRUs, and functional checkout. SRUs
in most instances will consist of circuit cards, power supplies, or
fiber optics transmitters/receivers. The prospective offeror will
determine the most cost-effective means of repair for each COTS
hardware item consistent with meeting required system performance
criteria and availability of technical data. A commercial drawing
package is available, but detailed depot repair procedures are not
available. No peculiar depot test equipment or test program sets are
available. Software maintenance will consist of periodic updates
(estimated two per year) to implement changes to SIOP plans and values
as well as to correct other problems and incorporate enhancements.
Software maintenance must take place in a TOP SECRET/SIOP-ESI
environment with appropriately cleared personnel. To be considered
qualified for this effort, prospective sources must demonstrate
detailed knowledge and experience in the following areas: (1)
understanding of Nuclear C3 systems and the requirements placed on
DIRECT; (2) command center operations for command and control of
nuclear weapons in accordance with EAP-CJCS Vols. I, II, V, and VII;
(3) automated interface to strategic and tactical EAM dissemination
communications systems; (4) implementation of information system
security IAW DOD S5200.16, DODD 5200.28, and CJCSI 3231.01; (5)
demonstrated ability to conduct system-level communications testing;
(6) demonstrated ability to provide necessary program management and
planning; (7) immediate access to TOP SECRET/SIOP-ESI facilities and
the immediate availability of TOP SECRET/SIOP-ESI cleared personnel to
work on this project. Respondents must include in their reply to this
announcement a discussion of the perceived benefits to the Government
of the use of their recommended approach. To be considered qualified,
offerors must also provide detailed information on how their
recommendations will meet the required DIRECT criteria identified
above, on no more than ten double-spaced, single-sided pages. Firms who
submit qualification packages in response to this notice are requested
to identify prior contracts (by contract number and issuing office)
and Government points of contact (preferably the buyer or contracting
officer) where they have provided the same or similar types of effort.
Any offeror initially judged to be unqualified will be provided a copy
of the solicitation upon request, and any firm submitting an offer will
be evaluated without prejudice. This synopsis does not constitute an
Invitation for Bid or Request for Proposal and is not to be construed
as a commitment by the Government. The Government does not intend to
award a contract on the basis of this notice or otherwise pay for
information solicited. All small business and disadvantage sources
should identify themselves. For questions concerning DIRECT, contact
Mr. Ron Sipes at (781) 377-8926. For questions concerning DIRECT,
contact Mr. Ron Sipes, Logistics Manager at (781) 377-8926. The point
of contact (buyer) is Tatia Evelyn-Feggans, (781) 377-8902, fax (781)
377-2444, email Tatia.Evelyn-Feggans@hanscom.af.mil. Interested firms
should submit their written response to the contracting officer, Attn.:
Maj. Richard Edge, Jr., ESC/NDK, 11 Eglin Street, Hanscom AFB, MA
01731-2120, (781) 377-9237, fax (781) 377-2444, email
Richard.Edge@hanscom.af.mil. Responses must be received no later than
30 days after the date of this announcement. Posted 05/17/00
(D-SN455726). (0138) Loren Data Corp. http://www.ld.com (SYN# 0260 20000519\70-0003.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|