Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2005 FBO #1468
SOURCES SOUGHT

R -- Measurement and Signal Intelligence

Notice Date
10/20/2005
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
FA4890-06-R-0154
 
Response Due
11/8/2005
 
Point of Contact
Mercer Hurst, Contract Manager, Phone 757-764-7581, Fax 757-764-0905, - Patricia Ward, Contract manager, Phone (757) 764-9148, Fax (757) 764-9153,
 
E-Mail Address
mercer.hurst@langley.af.mil, patricia.ward@langley.af.mil
 
Description
Headquarters Air Combat Command (HQ ACC) plans to recompete its contract for integrating Measurement and Signals Intelligence (MASINT) within the Air Force Distributed Common Ground System. The Contractor selected to fulfill the requirements of this SOW shall be required to operate integrated MASINT capabilities within AF DCGS. Specifically, the Contractor shall maintain the detailed framework upon which thorough operational planning and system development is accomplished. The end result is to maintain the established functional/program management, maintain and implement Concepts of Operations (CONOPs)/Tactics, Techniques and Procedures, maintain the TPED capability/capacity commensurate with current and future sensors, establish a training program, and ensure adequate communications infrastructure resources. More specifically the Contractor will focus on AF DCGS capability to handle MASINT tasking, processing, exploitation, and dissemination (TPED). The System Administrator/Information System Security Officer (Sys Admin/ISSO) positions will be filled to address historical shortfalls in the USAF for these skill sets. These personnel will be utilized by the assigned unit to perform Sys Admin/ISSO functions related to the unit’s mission, not limited specifically to support the AF DCGS MASINT equipment/software. The AF DCGS is a system of systems architecture composed of fixed and deployable, scalable and modular ISR ground station components that provide multi-source intelligence to the warfighter. These components are connected via a secure wide area network (WAN) to create a virtual multi-INT tasking, processing, exploitation and dissemination (TPED) environment. The system employs a concept of data distribution, information sharing and collaborative work centers. The AF DCGS is part of the overall DoD DCGS architecture. The AF DCGS is worldwide; with core location Distributed Ground Systems (DGSs), remote sites, and the DCGS Processing Exploitation, and Dissemination System (PEDS) Architecture (DPA). In addition, other organizations provide support, directly and indirectly, to AF DCGS. The AF DCGS provides integrated and flexible, multi-discipline intelligence satisfying warfighter requirements for all phases of military operations. The system simultaneously tasks and receives, processes, exploits and disseminates data from national, theater, tactical, and commercial collection assets in a distributed environment. It supports national, joint, combined, and AF operations. It is capable of forward deployed, distributed (split-based), and in-garrison reachback operations. Initial Operating Capability (IOC) was established 15 December 2002. All services requested under this contract are non-personal in nature. The anticipated contract award date is 17 Mar 06. The performance period is projected to be a 6 month base period with 4 one year option periods. The NAICS code for this effort is anticipated to be 541990. A determination regarding the set aside status for this effort has not been made. This is not a formal Request for Proposal (RFP), and no contract will result from this synopsis, nor does it commit the Government to any acquisition for these services. This synopsis is for information and planning purposes only, and the Government will not pay for any information received. Any subsequent solicitation will be synopsized prior to its release. In an effort to streamline the information sharing process, the Government intends to post copies of current contract information, draft documents associated with the solicitation, and questions and answers relating to the acquisition on the FedBizOps website (www.fedbizopps.gov). If you are interested in this requirement, request you submit your company’s name, address, telephone number, fax number, email address, business size, and a point of contact to ACC CONS/LGCC at acccons.lgccmint@langley.af.mil NLT 15 Nov 05. ACC is conducting market research to promote full and open competition to the maximum extent possible, and to define contract requirements in performance-based terms. Attached is a Market Research questionnaire for your input. Potential offerors may comment on this requirement, or recommend application and tailoring of requirement documents or alternative approaches, by contacting the ACC CONS representatives listed below, no later than 15 Nov 05. If you have difficulty emailing your responses, please contact Mr. Eric Thaxton at (757) 764-9154, Mrs. Patricia Ward at (757) 764-9148, or Mercer Hurst at (757) 764-5507 for alternate routing instructions. Department of the Air Force, Air Combat Command, ACC CONS/LGCC, 11817 Canon Boulevard, Suite 306, Newport News, VA 23606 See Attachments 1, Market Research Questionnaire. Point of Contact Mercer Hurst, Contract Manager, Phone 757-764-5507, Fax 757-764-9153, Email mercer.hurst@langley.af.mil - Patricia Ward, Contract Manager, Phone 757-764-9148, Fax 757-764-9153, Email patricia.ward@langley.af.mil NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-OCT-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-DEC-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-06-R-0154/listing.html)
 
Place of Performance
Address: Address: HQ ACC/A2, 480th Intelligence Wing, DGS 1 (Langley AFB), DGS, 2, (Beale AFB, CA) DGS 3 (OSAN, Korea) DGS 4 (Ramstein, Germany) and DGS 5 (Hawaii); Shaw AFB, VA; Hurlburt Fld, FL; Ramstein AB, GE; Hickam AFB, HI; and Davis-Monthan AFB, AZ.
Zip Code: 23606
Country: United States
 
Record
SN00943391-F 20051203/051201215152 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.