Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2002 FBO #0223
SOLICITATION NOTICE

16 -- BATTLE MANAGEMENT COMMAND, CONTROL, COMMUNICATIONS, COMPUTERS AND INTELLIGENCE (BMC4I) SUBSYSTEM FOR THE MULTI-SENSOR COMMAND AND CONTROL AIRCRAFT (MC2A) WEAPON SYSTEM

Notice Date
7/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/JSK, Electronic Systems Center, Air Force Materiel Command, USAF, 75 Vanderberg Drive, Bldg 1630, Hanscom AFB, MA 01731-2119
 
ZIP Code
01731
 
Solicitation Number
F19628-02-R-0056
 
Response Due
7/26/2002
 
Archive Date
1/26/2003
 
Point of Contact
Capt. Ericka M. Dailey, Contract Manager, 781-377-5379 Joe Zimmerman, Contracting Officer, 781-377-3570
 
E-Mail Address
Click Here to E-mail the POC
(ericka.dailey@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
///////ATTENTION:THIS SOURCES SOUGHT SYNOPSIS SUPERCEDES THE PRIOR POSTING////// This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of a market survey being conducted by the Air Force to determine potential sources capable of designing, developing, integrating, and testing a Battle Management Command, Control, Communications, Computers and Intelligence (BMC4I) subsystem for the Multi-Sensor Command and Control Aircraft (MC2A) weapon system. The MC2A is the key piece of the MC2 Constellation that will extend the commander's eyes and ears while serving as the primary element of the C2 architecture. The first increment of MC2A will utilize an MP-RTIP radar on a 767-400ER with a BMC4I suite that provides initial battle management capability to include ground moving target indicator missions, Cruise Missile Defense, UAV control, and time critical targeting in support of the Air Operations Center. The second increment is planned to add Airborne Early Warning and Control capabilities. The MC2A will be fully integrated within the architecture of joint combat and ISR systems, space-based systems, and all-source intelligence exploitation systems to achieve the highest predictive battlespace awareness. The BMC4I subsystem consists of all of the non-radar and non-aircraft subsystems including the central computing architecture, networks, data storage, data manipulation, data fusion, data exploitation, communications and data link capability. The MC2A BMC4I contractor will provide improvements in the quality and timeliness of information to support more rapid decision analysis, increased battlespace awareness, and shorter decision cycle to advance information superiority and precision engagement. The contractor will also support the development of training merging airborne and ground battle management functions to minimize the training burden on the operators. The MC2A BMC4I subsystem will allow for future capability growth, utilize Commercial Off The Shelf (COTS) to the maximum extent possible, be Common Operating Environment (COE) compliant and utilize open systems architecture to achieve the highest levels of systems interoperability. It will handle data at multiple levels of security and will fuse on and off board data to create a common operational picture. The purpose of this announcement is to help the government mitigate program cost, schedule and performance risks by identifying potential highly competitive firms for the MC2A BMC4I contract. This announcement will also help interested offerors make a more informed decision of their probability of success and determine whether or not they should proceed with a full proposal effort. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought request. The Government requests interested offerors submit a statement of their qualifications with respect to the key features discussed above and the screening criteria below. Responses should include examples of systems successfully developed. The Government expects that interested sources, either alone or with appropriate teaming partners, should meet the following criteria: (1) Possess or have the ability to obtain a U. S. Top Secret level facility security clearance, as well as provide a facility built to DCID 1/21 standards for the design, development, integration, and test efforts. (2) Have demonstrated experience in the design, development, integration, and test of large-scale and complex airborne command and control systems. (3) Have previous experience with military command and control operations (e.g., Tactical Air Control System (TACS), Distributed Common Ground Stations). (4) Have previous experience with networking integration (processes, technology and solutions) inherent in the connection of ground (fixed and mobile) and aircraft systems, as well as familiarity with the Defense Theater Information Grid (DTIG) and the Global Information Grid (GIG). (5) Have previous design, development and integration experience with military communications systems for line-of-sight (LOS) and beyond LOS (BLOS) narrowband secure voice radios, as well as narrowband and wideband secure data links. (6) Have previous experience in the design, development and integration of complex aircraft communications systems, overcoming co-site interference, achieving both desirable communications performance and interoperability with other platforms' communications equipment and applications. (7) Have familiarity with multi-source data fusion of surveillance, reconnaissance, and intelligence information to generate a Common Operational Picture (COP) of the battlespace. (8) Have demonstrated experience with COE and Open Systems Architecture principles, processes, and practices. (9) Have demonstrated experience developing architectures that support scaleability, heterogeneity, fault tolerance, location transparency (i.e. ability to execute all BMC4I functions from any operator position), concurrency, and the ability to satisfy hard and soft time constraints in dynamic environments. (10) Have experience in the field of automated decision-making aids including machine-to-machine interfaces and associated communications. (11) Have demonstrated experience with the design and development of systems incorporating multi-level security processes, equipment, and practices. (12) Have demonstrated experience in the design and development of systems employing wideband Local Area Net (LAN) technology, graphics presentation methods, computers and information processing approaches, as well as, the implementation of Human Machine Interface (HMI) principles. (13) Have demonstrated experience in relating operational concepts and requirements toward the reduction of Total Ownership Cost and optimization of Operational Availability (Reliability and Maintainability) through the application of Logistic Support practices for large-scale hardware/software systems. (14) Have demonstrated experience with innovative crew training concepts. (15) Possess certification at a Software Engineering Institute (SEI) Capability Maturity Model (CMM) Level 3 or higher. Interested parties who respond with their intention to be a potential offeror will be screened against the above criteria to identify highly competitive firms. Responses must be submitted via CD ROM with two hard copies to the following address: Electronics Systems Center (ATTN: Capt Ericka Dailey) 75 Vandenberg Drive, Bldg 1630 Hanscom AFB, MA 01731-2119 Responses must be submitted in a Microsoft Word 1998 or higher format no later than 4:00 p.m. Eastern Daylight Time, 26 July, 2002, and should not exceed 12, one-sided, 8.5 X 11 inch pages, with the font no smaller than 10 point. Offerors judged by the Government to be highly competitive to plan and execute the MC2A BMC4I subsystem will be contacted by the PCO and a list of such firms will be made available on the Hanscom Electronic Resources Bulletin Board (HERBB) at www.herbb.hanscom.af.mil. The proposed contract is restricted to domestic sources under the authority of FAR 6.302-3. Accordingly, foreign sources, except Canadian sources, are not eligible for award. Also, for your information, the Electronic Systems Center, ESC/JS-MA will host an Industry Day for this effort at Hanscom AFB, Massachusetts on 14 August, 2002. Demonstrations of technology or existing systems by government or industry will not be conducted as part of this presentation. The program will entertain requests for one-on-one discussions with those contractors interested in this effort in 40-minute question and answer sessions. The POC for Registration for the Industry Day and one-on-one meetings is Captain Brett Markle, 781-377-8113, brett.markle@hanscom.af.mil. Please limit attendees to three (3) personnel per respondent. The HERBB will be the primary source of information for this acquisition. Interested parties should call 781-271-0500 or subscribe online at http://herbb.hanscom.af.mil. Industry comments and questions shall be directed to the Contracts Manager ericka.dailey@hanscom.af.mil or 781-377-5379 or the Contracting Officer, Mr. Joe Zimmerman, at joe.Zimmerman@hanscom.af.mil. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. The information provided will be screened to identify highly competitive firms. The Government will solicit those firms meeting the screening criteria in this synopsis. Any interested firm initially judged as not being highly competitive will be provided a copy of the solicitation upon request. Any offer submitted by such a firm will be evaluated without prejudice. An Acquisition Ombudsman, Colonel Jerry T. Corley, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should contact the Ombudsman with only those issues or problems that you cannot satisfactorily resolve with the Program Manager and/or Contracting Officer. The Ombudsman's role is to hear concerns, issues, and recommendations and to 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 may contact the Acquisition Ombudsman at (781) 377-5106. Additional program information can be obtained from the Hanscom Electronic Resources Bulletin Board (HERBB) at www.herbb.hanscom.af.mil. Please direct any questions on this announcement to Captain Ericka Dailey, Contracts Manager, (781) 377-5379, e-mail ericka.dailey@hanscom.af.mil or Mr. Joe Zimmerman, Procuring Contracting Officer, (781) 377-3570. See Notes 13 and Note 26 on the CBD Net http://cbdnet.access.gpo.gov or http://www.eps.gov/Numbered_Notes.html.
 
Web Link
ESC Business Opportunities Web Page
(http://www.eps.gov/spg/USAF/AFMC/ESC/F19628-02-R-0056/listing.html)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00114816-F 20020713/020711215727 (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.