Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27, 2001 PSA #2923
SOLICITATIONS

70 -- DIRECT PROGRAM, CONTRACTOR LOGISTICS SUPPORT-ENGINEERING CHANGE PROPOSALS

Notice Date
August 23, 2001
Contracting Office
ESC/ND, Strategic & Nuclear Deterrence C2, 11 Eglin Street, Hanscom AFB, MA 01731-2100
ZIP Code
01731-2100
Solicitation Number
F19629-01-C-0053,PXXXX
Response Due
September 24, 2001
Point of Contact
Tatia Evelyn-Feggans, Contract Specialist
E-Mail Address
Click Here to E-mail the POC (Tatia.Evelyn-Feggans@hanscom.af.mil)
Description
This is not a solicitation but rather a Notice of Contract Action (NOCA) that the Government intends to award future sole source tasking, in the form of Engineering Change Proposals (ECPs) under DIRECT Contractor Logistics Support (CLS) contract F19628-01-C-0053, to General Dynamics Communication Systems, Needham, MA, for the modification of communications system interfaces to the Defense IEMATS Replacement Command and Control Terminal (DIRECT). DIRECT was developed, produced, and installed by General Dynamics under contract F19628-96-C-0126 and General Dynamics is currently providing CLS under contract F19628-01-C-0053. Seven DIRECT systems are installed in current Nuclear Commander in Chief (CINC) command centers at NMCC, NMCC Site R, USJFCOM, USSTRATCOM, USSPACECOM, USPACOM, and USEUCOM. An additional system currently resides at General Dynamics as a development/test and sustainment system. DIRECT currently interfaces with and transmits/receives messages over AUTODIN, MILSTAR, SCTIS, AFSATCOM, and Voice. Following are the potential communications interface changes which are known at this time. Each of these may or may not actually be implemented depending on user direction: a. New interface to NOVA. This is a new user requirement based on the deactivation of AUTODIN. b. New interface to SACCS. This is a new user requirement also based on the deactivation of AUTODIN. c. New interface to CUTS (TACSAT). This is an original ORD requirement which was held in abeyance due to the design immaturity of the communications system at the time of DIRECT EMD. d. New interface to DMS. This was an original ORD requirement which was held in abeyance due to schedule slips in the development and fielding of DMS. e. New interface to AEHF. This is a new user requirement. f. Modification of SCTIS interface. This is required to rectify an operational problem encountered with the equipment configuration at PACOM. g. Modification of interface to AUTODIN. This is required to rectify operational problems encountered at all sites. h. Equipment location changes at PACOM. This is a new user requirement. i. Equipment location change at EUCOM. This is a new user requirement. The general types of tasks which must be accomplished to implement these modifications are as follows: a. Define new interface requirements or changes to existing interface. b. Update Interface Control Documents (ICDs) via redline. c. Prepare and coordinate ECP. d. Prepare update to specifications. e. Prepare installation instructions. f. Prepare acceptance test procedures. g. Update drawings. h. Perform detailed design of new/modified interface. i. Procure hardware required to implement interface. j. Perform incoming inspection of procured hardware. k. Fabricate new hardware assemblies. l. Test manufactured or procured items. m. Accomplish software updates. n. Install modification at operational sites. o. Test installed modification to ensure proper operation. p. Update operations and maintenance manuals. q. Evaluate the impact of changes on DIRECT security certification and accreditation. r. Update DIRECT security documentation based on new interfaces and changes to existing interfaces. s. Assist in planning for, conduct of, and reporting of security testing necessitated by changes. Due to the security requirements of the system, the systems engineering, software updates, and on-site installation activities associated with the communications system changes must be performed within a TOP SECRET/SIOP-ESI environment by appropriately cleared personnel. A complete reprocurement drawing package is not available, but a commercial level drawing package is available. Software documentation is available. To be considered qualified for this effort, prospective sources must demonstrate detailed understanding, technical knowledge, and experience in the following areas: (1) 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) the communications systems with which DIRECT interfaces or may interface in the future; (4) automated interface to strategic and tactical EAM dissemination communications systems; (5) implementation of information system security IAW DOD S5200.16, DODD 5200.28, and CJCSI 3231.01; (6) demonstrated ability to conduct system-level communications testing; (7) demonstrated ability to provide necessary program management and planning; (8) immediate access to TOP SECRET/SIOP-ESI facilities and the immediate availability of TOP SECRET/SIOP-ESI cleared personnel to work on this project. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this 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 personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Col. Joseph Maryeski at (781)-377-5106. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen (15) days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. For questions concerning DIRECT, contact Mr. Steve Briggs, Program Manager, at (781) 377-5918, or 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. See numbered Note 22.
Web Link
ESC Business Opportunities Web Page (http://www.herbb.hanscom.af.mil)
Record
Loren Data Corp. 20010827/70SOL012.HTM (D-235 SN50V7W9)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |
Created on August 23, 2001 by Loren Data Corp. -- info@ld.com