Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2004 FBO #0907
SOURCES SOUGHT

59 -- JOINT SURVEILLANCE SYSTEM IMPROVEMENT PROGRAM FOLLOW-ON CONTRACT

Notice Date
5/19/2004
 
Notice Type
Sources Sought
 
Contracting Office
ESC/JSK 75 Vandenberg Drive Bldg 1630 Hanscom AFB, MA.
 
ZIP Code
00000
 
Solicitation Number
FA8708-04-R-0002
 
Response Due
8/19/2004
 
Archive Date
8/20/2004
 
Point of Contact
Mark Harris, Buyer, 781-377-5412, mark.harris@hanscom.af.mil Tracy Sheehan, PCO, 781-377-5454, tracy.sheehan@hanscom.af.mil
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(mark.harris@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Joint STARS Program Office of the Electronic Systems Center (ESC/JST) is seeking responsible sources for the acquisition of a follow-on Joint STARS System Improvement Program (JSSIP) contract. The current JSSIP contract (F19628-99-D-0001) was awarded in 1999 to Northrop Grumman Corporation and is in effect until March of 2005. The anticipated follow-on JSSIP contract is anticipated to be a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract that will be in effect from March 2005 until March 2010. The estimated maximum value of the follow-on contract will be approximately $900 M over the five-year ordering period. The Joint STARS Program Office is surveying the market to determine the sources qualified to perform work under this contract. The planned contract will include provisions for technical upgrades of the Joint STARS, including systems engineering, design, development, manufacture, installation, test and demonstrations, production and retrofit, engineering change proposals, documentation, Time Compliance Technical Orders (TCTO), logistics support and sustainment, simulations of solutions, initial operator training, warranties, and any other improvement type efforts. In addition, the contract will include Engineering Service Tasks (ESTs) for analyses, studies, systems engineering, planning, prototyping, qualification/test, training, and flight-test infrastructure for proposed upgrades and improvements. Also the upgrade of Joint STARS Trainers, Simulators and Virtual Training Networks is contemplated for added subsystems. Interested firms should submit a statement of qualifications that demonstrates that they can provide technically compliant solutions to the below technical areas for the E-8. On the basis of the history of the E-8 program, the Electronic Systems Center intends to issue a Request For Proposal only to Northrop Grumman. The statutory authority to do so is 10 U.S.C. 2304(c)(1) which states the following: "When the supplies or services required by the agency are available from only one responsible source, or, from DOD, NASA and the Coast Guard, from only one or a limited number of responsible sources, and no other supplies or services will satisfy the requirements, full and open competition need not be provided for." However, if a firm believes it can meet the E-8 requirements, then submit a qualification package not to exceed 50 pages, with text of 12-font Arial, and graphics should have no smaller than 10-font text. Statements should be submitted within 30 days of the publication of this notice, to the buyer, Lt Harris, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2119. Commercial brochures will not be accepted. The Government will not pay for any information received in response to this synopsis, nor will the Government compensate a respondent for any cost incurred in developing the information provided to ESC. Without written permission from the respondent, ESC will not release to any firm, agency, or individual outside the Government, any information marked "Proprietary". This synopsis is for planning and information purposes only and does not constitute a Request for Proposal (RFP) nor does its issuance restrict the Government as to the ultimate approach. The Government will solicit the firms meeting the screening criteria listed below. Any interested firm initially judged to be unqualified will be provided a copy of the solicitation upon request. Any offer submitted by such a firm will be evaluated without prejudice. Responsible firms should clearly indicate (a) Experience in developing and producing systems that are similar to the E-8, (b) Production capabilities sufficient to provide a cost effective production program; (c) Capability in meeting modification delivery schedules. The follow-on JSSIP contract is contemplating the following technology enhancements to the E-8 a. Advanced Radar Modes - Development and Production of new radar components and subsystems. This will include radar component obsolescence efforts to identify, resolve and implement improvements to the entire E-8 Fleet. In addition, radar technology improvements will be integrated into existing systems and flight tests conducted. b. Implementation of Evolving Standards such as STANAG 4607 - NATO Standard Ground Moving Target Indicator (GMTI) format into the E-8 fleet. Following implementation of these standards, the Joint STARS aircraft will be tested with NATO and other countries' ground and airborne systems. c. Support testing for the Joint STARS/Airborne Stand-off Radar (ASTOR) Interoperability efforts. d. Systems and subsystems testing of overall E-8 enhancement in the area of Wideband Beyond Line of Site (EHF/GBS). e. Satellite Communications capability enhancement by implementing additional Integrated Broadcast Service reception and transmission. f. Overall "Kill Chain Enhancements" implementation, as the Airborne Constellation, matures. Enhancements will include all DoD elements of the coming Defense Information System Agency (DISA) Joint Command and Control (JC2) System. g. Addition of the following Subsystems to improve the overall effectiveness of the aircraft: -- Improved Tracking/Advanced Analysis Tools. -- Joint Tactical Information Distribution System (JTIDS) Electronic. Counter Measures (ECM) Resistant Voice. -- Joint Blue Force Situation Awareness. -- Mission Handover between E-8C Aircraft, Radar Technology: Insertion Program (RTIP) equipped systems, other GMTI C2/ Intelligence, Surveillance and Reconnaissance (ISR) assets and ground stations. -- Single Channel Ground to Air Radio Set (SINCGARS)/ Improved Data Modem (IDM) Phase II. -- Multi-platform Common Data Link (MP-CDL) and Family of Advanced Beyond-Line-of-Sight Terminal (FAB-T). h. Enhance the E-8 to make it a viable part of the Combat Search and Rescue Operations (CSAR) Support to (CSAR) Ops, which includes participation with the elements of the Combat Search and Evader Location Systems (CSEL) program located at ESC. i. Conduct Future Studies and Analyses to examine the effect of communication systems on the E-8 operations: -- Command and Control Enterprise Reference Architecture (C2ERA), ESC/NI2, December 2002 and guidance defined in DISA's NCES Core Enterprise Services (CES) Architectures and address ASD (NII)/DOD CIO Net-Centric Checklist, V2.1.1, February 24, 2004. -- Incorporation of principles and guidance defined in Operational Requirements Document (ORD), JOINT COMMAND AND CONTROL CAPABILITY, ACAT 1A, Prepared For, Milestone B Decision, 7 October 2002, JOINT STAFF, WASHINGTON, D.C. 20318-3000. -- JC2 systems interoperability based on C2ERA, to include the eventual LCD listing of nodes/enclaves that could for future horizontal interoperability of warfighter applications, and evolving Dynamics Coalition Program, a DARPA funded effort for the development of technologies that help to establish distributed coalitions of joint and/or military users working together for a common mission. -- Interfaces to space based systems such as the Spaced Based Radar (SBR). j. An initial set of studies and analyses for addition of a Self Defense Suite -- k. Accomplish technology insertions for increases in system performance and set a high bar for efficiency: -- Mulitiplatform Radar Technology Insertion Program (MP-RTIP) Subsystems tie-in. -- Digital Map System (DMS) difference resolution. -- Investigation of COTS products to reduce life cycle costs and provide commonality with other programs, and resolution of Diminishing Manufacturing Sources (DMS) problems. Test and evaluate for interoperability improvements through demonstrations and field evaluations. -- Replacement of Engines for increased reliability m. Continuation of Communication, Navigation, Surveillance (CNS)/ Air Traffic Management (ATM) implementation including design continuation, modification kit manufacture, test and operational proofing, and installation on test and operational aircraft. 8.33 Radios development and installation. Production and retrofit of Terminal Collision and Avoidance System (TCAS) on test and operational aircraft. In addition to addressing the above technical issues, the statement of capabilities should address the following: (1) Name and address of the firm; (2) Size of business (Does your firm qualify as a small, emergent business or a small, disadvantaged business? If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? Is your firm a certified hub zone firm? Is your firm is a woman-owned or operated business?) (3) Ownership (particularly foreign ownership or partial ownership); (4) Year firm established; (5) Names of two principals to contact, including title and telephone number; (6) Company profile to include number of employees, annual revenue history, office locations, DUNS number, if 8(a), date of acceptance into Small Business Administration 8(a) program and anticipated graduation date; (7) Resources available such as corporate management and currently-employed personnel to be assigned to the project to include names and current job titles; (8) Management approach to staffing the total effort with qualified personnel, based on past staffing plans. The staffing plan should address any new hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; (9) A description of previous experience that demonstrates your firm's ability to effectively manage or perform a similar effort; (10) A description of clearance level - respondents must have a Top Secret clearance; (11) Past experience with Boeing 707 type airframe and its subsystems, e.g. 1553 Data Buses, Antennas, cockpit displays, SATCOM Links and intelligence links. Only include information about on-going contract(s) or contract(s) completed within the last five years that have relevant past experience. Required specific information for each effort is: (a) Name of Contracting Activity; (b) Contract Number; (c) Contract Type (FFP, Cost, IDIQ, or combination); (d) Period of Performance, Total Contract Value, and Total Dollar Value under the Contract that the firm was actually responsible for under this NAICS code; (e) Summary of contract work; (f) Contracting Officer name and current telephone number; (g) Contracting Officers Technical Representative name and current telephone number; (h) List of major subcontractors including name, address, and telephone numbers of primary points of contact. (12) Respondents must have a certified cost accounting system, certified pricing system, and certified estimating system. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov.***** See Note 26.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: Contractor Facilities or Robins AFB, GA.
Zip Code: N/A
Country: N/A
 
Record
SN00588335-W 20040521/040519212038 (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.