Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2002 FBO #0096
SOLICITATION NOTICE

58 -- Family of Advanced Beyond-Line-of-Site Terminals (FAB-T)

Notice Date
3/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/MCK, MILSATCOM Terminals Program Office, 50 Griffiss Street, Hanscom AFB, MA 01731-1620
 
ZIP Code
01731-1620
 
Solicitation Number
F19628-01-R-0033
 
Response Due
4/22/2002
 
Archive Date
10/22/2002
 
Point of Contact
Mr. William Donaldson, Contracting Officer, (781) 271-6091, Ms. Janet Maille, Contract Specialist, (781) 271-6372
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(Janet.Maille@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a notice to all potential offerors that, on or about 22 March 2002, the (MILSATCOM) Program Office anticipates the release on the HERBB website (www.herbb.hanscom.af.mil) of Request for Proposal F19628-01-R-0033 for the Family of Advanced Beyond-Line-Of-Sight Terminals (FAB-T) Contract. The overall objective of the FAB-T program is to design, develop, fabricate, install and test a family of terminals. The terminals will support Advanced Extremely High Frequency (AEHF) MILSATCOM system communications modes which include high data rate (XDR) up to eight megabits per second. The terminals will be configured to allow future upgrading through modular or layered hardware upgrades using common components and standardized interfaces. The terminal must also be backward compatible with the existing EHF systems, e.g., MILSTAR, UFO-E. A "family of terminals" is envisioned to support a variety of missions, users, and platforms. Missions include: nuclear airborne and ground fixed/ground transportable C2, nuclear airborne force element and airborne command post operations, non-nuclear airborne force element and Intelligence, Surveillance and Reconnaissance (ISR). Users include: National Command Authority, STRATCOM, Army, Navy, ACC, and AMC. Platforms include: B-2, B-52, E-4B, E-6B, and ground fixed and ground transportable Command Post Terminals. The program objective for the family of terminals includes leveraging hardware and software commonality to provide a cost-effective solution to a variety of requirements. An evolutionary acquisition approach is envisioned using spiral development. The first capability increment is a 72 month development effort that is time phased to meet operational needs for a B-2 force element capability, command post partial capability for satellite command and control, development of the full command post capability, and a B-52 prototype. The contingency antenna will be an option CLIN. Funding for this increment is expected to be approximately $300M. Future program increments will include but not be limited to GBS-receive, Ka, and Ku. Past performance information will be due 14 days after RFP release. We will be using a split proposal process for this solicitation. Offerors will be provided 30 days from RFP release to provide the technical proposal and an additional amount of time to provide the cost proposal after completion of evaluations. Telephone requests for the RFP will not be accepted. Firms responding to this request shall indicate whether they are a large business, small business, very small business, small-disadvantaged business, 8(a) concern, women-owned business, HUBZone small business, veteran-owned small business, or service-disabled veteran-owned small business. Respondents must specify whether they are a U.S. or foreign-owned firm. Interested Contractors desiring to do business with the Air Force shall be registered in the DoD Central Contracting Reporting System. This NOCA does not constitute a Request for Proposal, and it does not restrict the Government as to the ultimate acquisition approach, not should it be construed as a commitment by the Government. An Ombudsman has been appointed to address concerns from interested firms during this phase of the acquisition. The Ombudsman does not diminish the authority of the Program Director or the Contracting Officer, but communicates concerns, issues, disagreements, and recommendations to the appropriate Government official. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of responses, source selection, or formulation of acquisition strategy. The Electronic Systems Center's Ombudsman is Colonel Joseph Maryeski, ESC/CO, (781) 377-5106. The Ombudsman should be contacted only with issues or problems that have been brought previously to the attention of the Program Manager and/or Contracting Officer and could not be resolved satisfactorily at that level. Contractors are reminded and cautioned that only Contracting Officers are legally authorized to commit the Government. Please direct any questions on this NOCA to ESC/MCK, 50 Griffiss Street, Hanscom AFB, MA 01731-1620, Attn: Mr. William Donaldson, Contracting Officer, (tel: 781-271-6091, e-mail: Bill.Donaldson@hanscom.af.mil) or Ms. Janet Maille, Contract Specialist, (tel: 781-271-6372, e-mail: Janet.Maille@hanscom.af.mil). The Government anticipates a Request for Proposal release on or about 22 March 2002 with a contract award on or about 28 June 2002. See Note 26.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00036951-W 20020308/020307124836 (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.