Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2002 FBO #0074
SOURCES SOUGHT

D -- AIR SOVEREIGNTY OPERATIONS CENTER (ASOC) INTERNATIONAL MODERNIZATION AND SUSTAINMENT SUPPORT (AIMSS)

Notice Date
2/12/2002
 
Notice Type
Sources Sought
 
Contracting Office
ESC/ACK, Combat Air Forces C2 Systems, 50 Griffiss Street Hanscom AFB, MA 01731-1642
 
ZIP Code
01731-1642
 
Solicitation Number
F19628-02-R-0027
 
Response Due
3/4/2002
 
Archive Date
9/4/2002
 
Point of Contact
Mark Patten, Contracting Officer, 781-271-7903
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis for Market Research purposes only and is not to be construed as a commitment by the government to issue a request for proposal or award a contract as a result of this request. Requests for a solicitation will not receive a response. The NAICS code is 541512 with a SBA size standard of $18,000,000. Interested parties should make it known if they qualify as a large business, small business, very small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Respondents should also specify whether they are a U.S.- or foreign-owned firm. The U.S. Air Force Electronic Systems Center (ESC) is seeking responsible sources for the anticipated requirement of sustainment and enhancement of the Air Sovereignty Operations Center (ASOC) software and hardware procured from Lockheed Martin Tactical Systems (LMTS), Eagan MN for ten Foreign Military Sales (FMS) customers located in Bulgaria, Czech Republic, Estonia, Hungary, Latvia, Lithuania, Poland, Romania, Slovakia and Slovenia; hereafter referred to as Central and Eastern Europe. This requires providing all management and labor necessary for software maintenance and enhancements for ASOC, an air defense command and control (C2) system. The term "ASOC" is a US Government-assigned system name. ASOC system security classification is NATO Confidential. The ASOC is a Sun Solaris-based air defense command and control system capable of multi-radar tracking using up to 24 sensors. The typical ASOC has ten operator display workstations. Configurations vary in size from 6 to 12 workstations, with a maximum capacity of 24 workstations. The ASOC processes digitized radar data received from military and civil radars; track data received from the national civil air traffic control center, from selected in-country command centers, and from interfacing ASOCs and interfacing NATO Link-1-capable ground facilities; and flight plan information to provide an integrated air situation display. The system accepts primary and secondary radar data in EUROCONTROL ASTERIX plot data format, track data in NATO Link-1 and EUROCONTROL ASTERIX track data formats, and flight plan data in ICAO/OLDI formats. Using the ASOC system, military operators conduct surveillance of the airspace and exercise control over air weapons assets using ground controlled air-to-air intercept guidance capabilities and surface-to-air (SAM) missile control capabilities. The duration of this effort is expected to be for the Basic period from 01 JAN 03 through 31 DEC 03 plus 4 option years. The Government is seeking responsible sources that can demonstrate the ability to sustain and enhance the existing systems provided by the ASOC system. The potential source shall furnish all management, labor, transportation, tools, equipment, configuration control, and documentation for software and hardware support for the existing systems as delivered by Lockheed Martin Tactical Systems (LMTS), Eagan MN. The Government requests interested contractors submit a qualification package, not to exceed ten (10) one-sided pages, to the Contracting Officer named above not later than 15 days after release of this synopsis with respect to the key system features discussed above and the following listed screening criteria. Sources should indicate the offeror's intent to be a prime contractor. Also, offerors should list any existing contracts that you have that may have similar capabilities, to include a point of contact, preferably a Government Contracting Officer/Program Manager, and telephone number. All proprietary information should be marked as such. The qualification package for potential sources shall address the following screening criteria: a. Detail ability to sustain and enhance existing ASOC system. Include plan to address hardware maintenance activities such as repairing/replacing equipment located in ten Central and Eastern European locations. Include evidence addressing software maintenance activities such as identifying and trouble-shooting software problem reports, develop, test and disseminate software fixes. b. Detail in-house software and hardware tools, equipment and facilities that would be used to maintain and enhance the ASOC hardware and software. c. Describe relevant experience in managing the acquisition, development, and evolution of software-intensive systems d. Detail ability to maintain and update, as required, ASOC operator, system administration and system maintenance manuals. e. Provide evidence of your effectiveness in establishing and implementing a plan for inserting new technology for improving C2 system operating efficiencies or reducing maintenance cost. f. Detail evidence of a corporate program of compliance with U.S. exports law and regulations. More information may be found at http://www.pmdtc.org/compliance.htm Interested offerors who respond with their intention to be a prime contractor will be evaluated against the above screening criteria. Those not meeting the screening criteria will be invited to discuss with the Government their ability to meet the requirements of a prime contractor. This synopsis is for planning purposes only and does not constitute a request for bid or proposals, nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information provided in response to this synopsis. Additional Information Available on http://www.herbb.hanscom.af.mil: ICD - Interface Control Document (ASTERIX Messages), IDD - Interface Design Document (Flight Plans), Hardware Description An Acquisition Ombudsman, Colonel Joseph P. Maryeski, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106. See Note 26.
 
Web Link
N/A
(http://www.eps.gov/spg/USAF/AFMC/ESC/F19628-02-R-0027/N/A)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00025634-W 20020214/020212213153 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.