Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2005 FBO #1315
SOURCES SOUGHT

J -- MOBILE CONSOLIDATED COMMAND CENTERS (MCCC) SUPPORT CONTRACT (MC3SC)

Notice Date
7/1/2005
 
Notice Type
Sources Sought
 
Contracting Office
CC2SG/PK Det 5 1050 E Stewart Ave, Bldg 2025 Peterson AFB, CO
 
ZIP Code
01731
 
Solicitation Number
FA8722-05-R-0005
 
Response Due
8/1/2005
 
Archive Date
10/1/2005
 
Point of Contact
MAJ ROBERT ALLARD, PROGRAM MANAGER, 719-556-2784 LT COL DOUG SMITH, CONTRACTING OFFICER, 719-556-6334
 
E-Mail Address
Click Here to E-mail the POC
(robert.allard@cisf.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis. The Mobile Consolidated Command Center (MCCC) Office wishes to identify potential prime contractors for the MCCC Support Contract acquisition. The purpose of the MC3SC acquisition is to award a contract to sustain, modernize, and provide operational support to the Mobile Consolidated Command Centers (MCCC) for USNORTHCOM and USSTRATCOM Combatant Commanders, and Joint Staff. The period of performance is anticipated to be mid FY06 - FY10. The MCCCs are comprised of tractor trailers enclosing a secure and HEMP hardened C2 network operations and communications center. The MCCC platform must be sustained to provide survivable and endurable command and control of strategic and space forces for situation monitoring, tactical warning, force management, force direction and decision support. In addition, this contract will provide for internal integration among the systems identified below, as well as for external integration of these systems with other C2 systems (e.g., MILSTAR, DSCS, GCCS, SBMCS, etc.). The objectives of are: 1. The contractor will serve as the principle focal point for interaction of MC3SC systems with "network-wide" C2 systems, such as those above, that are beyond the scope of this contract 2. Integration - Seamlessly integrate new mission capabilities with existing and evolving capabilities. Ensure interoperability with other Combatant Commanders and component commands and assure flexibility to adapt to changing mission requirements. 3. Mission Integrity - Assure operational availability and integrity of C2 functions while the systems are migrated into new systems and architectures. This sources sought is being accomplished in lieu of a pre-qualification. Subsequent industry feedback indicates that a formal pre-qualification process may not be necessary due to a manageable number of potential primes. Consequently, the Government requests interested offerors to submit two (2) copies of a statement of their qualifications to CC2SG/PK, 1050 E. Stewart Ave, Bldg 2025, Peterson AFB, CO 80914-2902, Attn: Lt Col Doug Smith. Responses must be received NLT 1 Aug 05. The intent of this sources sought is to identify potential prime contractors. Sources interested in being a prime shall submit a qualification package that should not exceed ten (10) one-sided pages, 12 pitch font, one inch margins and include the following information regarding their ability to meet the requirements of a prime contractor on this solicitation: (a) Past experience, including migration to net-centric operations, on projects similar to what is anticipated for the MC3SC Contract and why you believe your company is capable of performing as a Prime Contractor,(b) Demonstrate your understanding of the problems that the MC3SC Contract must address and what potential risks you foresee that would preclude successfully achieving the objectives set forth in the first paragraph and (c) Demonstrated capability in HEMP hardened mobile systems, competency in the operations and sustainment of multi-level classified environments. Key competencies to be considered: systems engineering, program management, security management, logistics and test. Offerors should indicate their ability to provide TS/SSBI cleared personnel upon contract award. All work shall be performed largely at the Logistic Support Facility, 3825 Edith Blvd, NE, Albuquerque, NM 87107. Additionally, on-site support shall be required at the operational units located at F. E. Warren AFB, WY and Offut AFB, NB. The Government will assess prospective offerors' potential to be the MC3SC prime contractor based on the qualification packages provided. Firms considered by the Government to be highly qualified to plan and execute the MC3SC program as a prime contractor will be contacted by the PCO and a list of such firms will be made available on the Hanscom Electronic RFP Bulletin Board (HERBB). Firms considered by the Government not to be highly qualified to plan and execute the MC3SC program as a prime contractor will be afforded an opportunity to receive the Government's rationale and provide additional information. The Government will invite those firms deemed highly qualified to become actively involved in building the solicitation documents. These documents will include, but are not limited to, the Statement of Objectives, incentive strategies, the evaluation criteria for award, and the evaluation standards. Therefore, if the number of firms who identify themselves as potential primes in response to this sources sought prove to be excessive, the Government may decide to conduct a pre-qualification effort in order to realize a manageable number of firms deemed best qualified to perform the MC3SC effort. Proposed subcontractors may participate with their proposed prime contractor in this document developing exercise. Any interested firm initially judged as not best qualified as a prime will be provided a copy of the solicitation upon request. Any offer submitted by such a firm will be evaluated without prejudice. Firms should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, whether they qualify as socially or economically disadvantaged, and whether they are an U.S. or foreign-owned firm. A bidders' library will be available at the time of the source selection. Rules for access are posted on the HERBB http://www.herbb.hanscom.af.mil under "Biz Opportunities" and "MC3SC Support Contract." Please note that HERBB will be the primary source of information for the MC3SC acquisition. Interested parties should check for updates frequently and subscribe to the HERBB update service for the "Mobile Consolidated Command Centers Support Contract." This synopsis is for information and planning purposes only and does not constitute a Request for Proposal (RFP) nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government will not reimburse the contractor for any cost associated with preparing or submitting a response to this notice. An Ombudsman has been appointed to address concerns from interested firms during this phase of acquisition. The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates contractor 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 ESC Ombudsman is Lt Col Mark Mol,C2ISR Det 5/CC (719) 556-5500. 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. Please direct any questions on the MC3SC acquisition to Maj Allard, Program Manager, 719-556-2784, email robert.allard@cisf.af.mil, or Lt Col Smith, Contracting Officer, 719-556-6334, email douglas.smith@cisf.af.mil. See Note 26. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-JUL-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
ESC Business Opportunities Web Page
(http://www.eps.gov/spg/USAF/AFMC/ESC/FA8722-05-R-0005/listing.html)
 
Place of Performance
Address: LSF, Edith Blvd, NE, Albuquerque, NM
Zip Code: 87107
Country: USA
 
Record
SN00840841-F 20050703/050701211923 (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.