Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOURCES SOUGHT

J -- Airborne Integrated Terminal Group (AITG) Sustainment Support

Notice Date
3/16/2006
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-2808
 
Solicitation Number
FA8823-06-R-0006
 
Response Due
3/27/2006
 
Point of Contact
Victor Wells, Contracting Officer, Phone (719) 556-5021, Fax (719) 556-2798, - Kimberly Miller, Contract Specialist, Phone (719) 556-2919, Fax null,
 
E-Mail Address
victor.wells@cisf.af.mil, Kimbery.Miller@CISF.AF.MIL
 
Description
SMC/LGKM, located at Peterson AFB, CO, is contemplating award a sustainment contract in support of Air Force Space Command’s MILSATCOM Joint Program Office (SMC/MCL), Peterson AFB CO. This contract will provide support for AITG hardware, software maintenance, database maintenance, Systems Engineering integration, and Test (SEIT), and AIT support data. The Government intends to award a sole source contract to Raytheon Systems Company IAW FAR 6.302-1, Only One Responsible Source and No Other Suppliers or Services will Satisfy Agency Requirements. Place of performance is at the contractors facility. The AITG, AN/ARC-234 is a multiband, multi-mode (single mode of operation at a time) terminal. The AITG will be installed on Air Combat Command (ACC) Command and Control, reconnaissance, bomber, Search And Rescue (SAR), and special aircraft and Air Mobility Command (AMC) airlift and special tanker aircraft. The AITG system of equipment provides the following: Embedded Half-duplex RF UHF SATCOM dedicated and DAMA compliant (MIL-STD-188-181, -182, -183), VHF LOS AM with 25 kHz/8.33 kHz channel spacing, Embedded voice processing: Continuously Variable Slope Delta (CVSD) and Linear Predictive Coding (LPC-10), Embedded Communications Security (COMSEC) devices: TSEC/KG-84A/C, TSEC/KYV-5, & TSEC/KY-58, Data I/O interfaces, UHF LOS single channel, Co-site performance with RF control, Remote Control Unit (RCU) with user friendly interface, Communications Parameters Update Applications S/W, Airborne qualified, Integral 100W SATCOM High Power Amplifier (HPA), Software update interface capability, 1600 hour MTBF reliability, 28 VDC and 115 VAC prime power configurations. Hardware sustainment encompasses the following: services to repair, overhaul and modify the AN/ARC-234 system components. Specifically, the contractor shall perform all analysis, repair, test and calibration necessary to bring the item(s) to a serviceable condition. In addition, the contractor shall provide all necessary tools, spare parts (equal to, or superior to, OEM requirements), labor, materials, technical data, facilities, packaging and transportation to accomplish the repair and delivery of serviceable asset(s) back to the Government. Software sustainment encompasses the following: problem report investigation; problem report resolution, software block upgrades, major regression testing, Limited Maintenance Manual update, Communication Parameters Update Application Software (CPUAS), CBT, Training Material and support documentation updates, JITC Certification and NSA Certification when applicable. Systems Engineering, Integration and Test encompasses the following: integration support; systems engineering, systems interface support, systems configuration baseline support, systems security and systems test support, and if required integration support to mission air frames. Contractor shall maintain engineering source data and interface documents only, no Technical Orders were provided for this system. AITG system knowledge is required to maintain and produce integrated hardware, software sustainment. Plus, manufacturing procedures and processes, information on test equipment design, and software to operate are proprietary. Also, no test equipment, depot level drawings or manuals were procured with this system. Therefore, award to any other source will increase program risk and cost to the government that will not be recovered through competition over the duration of the contract. However, interested parties must submit an unclassified Statement of Capability (SOC) within 10 days of this announcement demonstrating the following: facilities for the repair, modification, enhancement, maintenance, testing, and cryptographic and TEMPEST control of the AITG (facilities must be secure and CCI controlled); access to contractor proprietary software tool licenses, rights, documentation, test and development software, and hardware stations that replicate the original software development and test environment; AITG system knowledge, plus skilled, trained, and experienced personnel. The SOC shall not exceed 10 one-sided pages in length. Response must be submitted by e-mail in electronic form in MS Word 98 or higher or, PDF Format. All responses must conform to 8.5 by 11 inch pages, with font no smaller than 12 point. The basic period of performance is for 5 years with estimated award in late 2006. The projected Request for Proposal (RFP) release date for this effort is May 2006. This synopsis is for information and planning purposes only; it does not constitute a RFP. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any cost associated with the submission of an SOC. Information received will be considered solely for the purpose of determining whether any prospective credible source other then the incumbent exists. The applicable North American Industry Classification System (NAICS) code is 541710 (1000 employees). Submit all responses to synopsis to: SMC/LGKM, Attn Victor Wells, 1050 E Stewart Ave, Peterson AFB, CO 80914-2902 (e-mail: Victor.wells@cisf.af.mil). An Ombudsman has been appointed to address concerns from offerors or potential offerors. 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 personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is Col. Robert M. Catlin, SMC/DS, (310) 336-3571. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-MAY-2006, 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/AFSC/SMCSMSC/FA8823-06-R-0006/listing.html)
 
Place of Performance
Address: Raytheon 1501 72nd Street North St. Petersburg, FL
Zip Code: 33710
Country: USA
 
Record
SN01046827-F 20060513/060511223705 (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.