Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2002 FBO #0369
SOLICITATION NOTICE

D -- DEFENSE BLOCK 10.2 UPGRADE

Notice Date
12/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/SRK, 29 Randolph Road, Bldg 1102C, Hanscom AFB, MA 01731
 
ZIP Code
01731
 
Solicitation Number
F19628-02-R-0072
 
Response Due
2/3/2003
 
Archive Date
5/3/2002
 
Point of Contact
Dan Gorman, Contracting Officer, 781-377-3998
 
E-Mail Address
Click Here to E-mail the POC
(michael.Budney@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government intends to issue a competitive solicitation for the Air Force Distributed Common Ground System (AF DCGS) Block 10.2 Multi-INT Core Upgrade. The solicitation consists of a firm requirement for DGS-X and priced options, based on funds availability, for all other actions. The Intelligence, Surveillance and Reconnaissance (ISR) Integration Systems Program Office, ESC, Hanscom AFB, MA, is seeking responsible contractors to develop, integrate, field, and test a Block upgrade to AF DCGS (hereafter referred to as Block 10.2) to replace legacy IMagery INTelligence (IMINT) and Mission Management AF DCGS components of the U-2 Mission Intelligence Segment (MIS) and Deployable Transit Case (DTS) systems. The tasks under the Block 10.2 program are to define, implement, integrate, field and test a new IMINT, MASINT (Measurements and Signature INTelligence), ISR Management, and Mission Management capability to be integrated with the existing AF DCGS SIGnal INTelligence (SIGINT) capability. The Block 10.2 effort is the initial step toward the migration of AF DCGS to a fully integrated, multiple-INTelligence (multi-INT) capability that satisfies the Air Force DCGS Operational Requirement Document (ORD) and consists of the acquisition of a Multi-INT Core capability, a Surveillance and Warning component, and upgrade of existing and production of a new Data Relay system. The AF DCGS Block 10.2 effort described in this Notice will be the Multi-INT Core capability to include the following integrated functions: 1) An integrated information management structure that includes a repository layer, process layer, and viewer/application layer. All system components will affix metadata tags to all data with time stamps, reference to information sources, information processing pedigree, geographic reference, and target reference. This will be linked through a collaborative environment that permits the dynamic access and manipulation of information at geographically separate areas. 2) A multiple security level environment (not Multi-Level Security on the same enclave) with security enclaves separated by Protection Level-4 (PL-4) security guards to ingest, process, store, and disseminate multi-INT, multi-source data. The levels involved include unclassified, collateral, SCI (Sensitive Compartmented Information), and allied/coalition force releasable data. A key feature of the system will be the development of a bi-directional PL-4 certified High Speed Imagery Guard (HSIG) between the imagery processing and sensor control components at the Low level, and the NITF (National Imagery Transmission Format) storage system and Distributed Sensor Planner at the operating location System High level. This High Speed Imagery Guard must be capable of handling three low side simultaneous feeds from Common Imagery Processor (CIP) and other sources at real time mission data rates and high-to-low feed of sensor tasking from the sensor planner back to the CIP. The system must be accreditable in accordance with Director of Central Intelligence Directive 6/3 (DCID ). 3) A mission management capability to distribute planning, tasking, and management services over the AF DCGS WAN and distributed relay SATellite COMmunication (SATCOM) network (referred hereafter as AF DCGS Processing, Exploitation, and Dissemination Architecture (DPA) and over C4I networks (e.g. JWICS and SIPRNET). Automated interfaces are required to national and tactical external tasking sources. A Distributed Sensor Planner that can simultaneously plan and monitor multiple ISR collectors is integrated with these functions. This capability will include interface to remote Air Force Forward (AFFOR) sites and their supported Air Operations Centers (AOC). 4) A situational awareness and multi-INT environment that provides access to a collection of common data processing and fusion services. The situational awareness function will combine various near real time reporting sources into a single integrated picture. This will include integrating the information from the Surveillance and Warning (S&W) component under separate development. This function will be used to support mission management as well as the multi-INT reporting and fusion elements. Layered Graphical Information System (GIS) products will be generated by a number of data repositories, some containing historical data and some containing real time information. 5) An AF DCGS secure web based portal interface that provides a single point of integration for access to information, applications, and services for all customers of AF DCGS. It provides the integration point for applications and information within the AF DCGS enterprise. Publishing tools will automate the process by which information is made available to users. From a security perspective, the Web Portal will exist behind a DeMilitarized Zone (DMZ) to provide user access, while still meeting the security requirements of DCID 6/3. 6) Develop and integrate a Data Processing Core (DPC) into the next generation Link Relay system. The DPC is composed of an ADDG and CIP processing components including a CIP System Manager, Sensor Planner workstation, and a NITF product storage element. This effort will also include interface to other ISR collector ground systems (e.g. Global Hawk Mission Control Element (MCE) and Predator Ground Control Station (GCS), line of sight radios, and Radio Frequency INTelligence (RFINT) reachback equipment. 7) The system must be able to operate in a standard office conditioned environment housed in either racks, operating transit cases, non-operating transport cases, or on tabletops. The exact configurations will depend on specific user requirements. The system will be capable of deployment by air, rail, ship or road. The system must be able to operate on power supplied by standard commercial or military generators. This Block 10.2 Multi-INT core effort will include the following integration activities: 1) Deliver, integrate, test and sustain an initial Block 10.2 upgrade to DGS-X located at Langley AFB, VA. Contractor will integrate and configure DGS-X Block 10.2 upgrade as specified by the Government Technical Requirements Document (TRD) . Contractor will train a Government cadre to support evaluation and assessment of Block 10.2 upgrade functionality and implementation. 2) Contractor will integrate Block 10.2 with the GFE Surveillance and Warning (S&W) system to satisfy Government requirements and verify performance at DGS-X. 3) Contractor will give an interim demonstration of the Block 10.2 solution after final design review and before delivery to DGS-X for early operational feedback and assess operational effectiveness. 4) Contractor must plan and execute a comprehensive site integration program to ensure Block 10.2 is integrated into each AF DCGS operational site. Planning will include site surveys, preparation, delivery, presentation of Engineering Review Board (ERB) and Configuration Review Board (CCB) documentation and data As well as coordination of implementation and integration plans with site personnel. Initial Block 10.2 deliveries are anticipated at, DGS-1, DGS-2, Davis Monthan, Prince Sultan Air Base, Hickam, Nevada ANG, Alabama ANG, Link A Relay, Link B Relay and Link C Relay. Subsequent deliveries will be dependent on funding and include DGS-3, DGS-4, DGS-5, Osan, Ramstein, Utah ANG and Kansas ANG. There also will be Shaw AFB and Goodfellow training sites, six (6) specialized support sites and up to three (3) additional Link Relay Sites. Test activities to be supported include: 1) Test and Security Certification/Accreditation 2) Factory acceptance testing - to verify that Block 10.2 configuration meets the stated requirement for delivery to DGS-X and subsequent sites. 3) Site Acceptance Test to verify capability to meet requirements in its integrated, fielded configuration at each site. 4) Security Certification and Accreditation IAW Department of Defense Intelligence and Information Service (D 0 DIIS) C&A Guide. 5) Contractor shall plan for two level maintenance concept. O-level maintenance will use 5-level technicians who will be augmented on-site by a minimal number of contractor field service representatives (CFSRs). Depot maintenance will be via Contractor Logistics support (CLS). If directed, Interim Contractor Support (ICS) will be provided at designated sites for one year after Government acceptance and IATO. Contractor will accomplish a Logistic Support Analysis (LSA) to develop a balanced approach for system support to include trade-off analysis and present a recommended strategy. The Contractor will use Government TRD requirements to determine initial spares, support equipment and Operational and Maintenance Technical Data. Training for operators and maintainers will be required to include training courses and training materials. Training is required for pre-security accreditation as well as day-to-day operations. Reprocurement data will be included as an option to be exercised at the Government's discretion. Offerors will be required to have U.S citizen staff personnel with TS/SCI clearances and classified facility and storage capability in accordance with the NISPOM (DOD 5520.22-M) by contract award. Participation on this contract will be limited to US firms only. See Note 26.
 
Web Link
ESC Business Opportunities Web Page
(http://www.eps.gov/spg/USAF/AFMC/ESC/F19628-02-R-0072/listing.html)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00217156-F 20021206/021205080248 (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.