Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOLICITATION NOTICE

A -- NOTICE OF CONTRACT ACTION FOR THE INTEGRATED SPACE COMMAND AND CONTROL

Notice Date
5/30/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1050 E Stewart Ave, Bldg 2025 Peterson AFB, CO
 
ZIP Code
00000
 
Solicitation Number
F19628-00-C-0019
 
Description
This announcement serves as notice to all potential offerors that the 850th Electronic Systems Group, Electronic Systems Center, Peterson Air Force Base, Colorado intends to solicit and negotiate with Lockheed Martin Integrated Systems and Solutions under the authority of FAR 6.302-1 for the continuation of the Integrated Space Command and Control (ISC2) contract, F19628-00-C-0019, for FY07-FY15. This approach implements the approved acquisition strategy that was previously announced in the CBD on 21 Oct 98, 10 Sep 99 and 15 May 00 and fully documented in the ISC2 request for proposal, source selection criteria and contract award. The initial period of performance for the ISC2 contract was 12 months plus 5 Option Years with a total potential performance period of 15 years in accordance with the Award Term Plan. As announced previously, pricing for contract years 7-15, if awarded, will be negotiated between the Government and the ISC2 contractor on a sole source basis without further competition. The ISC2 contract is a vehicle for acquiring the Combatant Commanders Integrated Command and Control System (CCIC2S), formerly known as the NORAD/USSPACECOM Warfighting Support System (N/UWSS), and for developing, evolving, sustaining, and integrating AFSPACECOM and USSTRATCOM Space C2 capabilities. The contract also provides operational support for the Cheyenne Mountain Complex (CMC) evolved C2 Systems. The scope of ISC2 includes the Cheyenne Mountain Complex (CMC), Mobile Command and Control Centers (MCCC); Shared Early Warning System (SEWS), USSTRATCOM Global Operations Center (GOC); Joint Space Operations Center (JSpOC), Cheyenne Mountain Training System (CMTS) and Forward User locations. In addition, this contract provides for integration among all of the systems listed above, as well as provides for the integration of these systems with other DoD C2 systems (e.g. SBIRS, NMD LSI, C2JPS, TBMCS, ISPAN, C2BMC, etc.). The ISC2 contract will modernize the command and control (C2) system of North American Aerospace Defense Command (NORAD) and United States Strategic Command (USSTRATCOM) into an integrated, interoperable, net-centric, state of the art capability to support the National Command Authority and the Canadian Chief of Defense Staff for the defense of North America. The C2 system provides warning of ballistic missile, aircraft, space, and information attacks against North America. The modernization will significantly enhance USSTRATCOM?s ability to command space forces, provide global warning of ballistic missile attacks, and improve space support to theater warfighters and coalition partners. Using modern software, ISC2 will integrate worldwide communications networks, computer systems, and software to provide an integrated view of worldwide events that will ensure complete and timely situational awareness that can support political and military command decisions world wide. The primary focus of the ISC2 effort is to: (1) reduce the cost of ownership; (2) increase flexibility to respond to rapidly evolving mission needs; and (3) improve interoperability between Space C2 and the warfighting COCOM support systems; all the while maintaining mission integrity of this critical, 24/7 national defense mission operation. Interested parties that believe they have the requisite capabilities to perform this effort shall submit no more than a 10 page white paper detailing their capabilities as a lead systems integrator and C2 systems developer as well as any relevant past performance to the Contracting Officer within 10 days of this announcement. Your submittal shall include a transition plan as to how you will continue development of the existing CCIC2S system architecture, air warning C2 system, missile warning C2 system, network system operations monitoring capability, Space Battle Management Core System development, Space C2 applications development, USSTRATCOM Strategic Threat Analysis Reporting System, GOC Upgrade Phase 2 and continued sustainment and support of the MCCC, SEWS, existing legacy and migrated air, missile and space C2 systems within the CMC, the GOC, JSpOC, NMCC, ANMCC and multiple forward users without causing any delay to the current delivery schedules, system down time or duplication of/increase in costs. The transition plan shall include mitigation plans for developing or mitigating access to restricted or proprietary data currently held by LM-IS&S and a staffing plan to indicate their ability to provide 500 TS/SSBI cleared personnel upon contract award. Other important information: (a) Past experience in the migration to net-centric operations, foreign military sales and why you believe your company is capable of performing as a Prime Contractor, (b) Demonstrate your understanding of the problems that the ISC2 Contract must address and what potential risks you foresee that would preclude successfully achieving the objectives set forth above 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. Your submittal shall be on CD ROM in an MS Office compatible electronic format and on 8 ? x 11 paper with one-sided pages, 12 pitch font and one inch margins to be delivered to 850 ELSG/PK, Attn: Doug Smith, 1050 E Stewart Ave, Bldg 2025, Peterson AFB, CO 80914 no later than 1400 local time. Respondents must specify whether they are a U.S. or foreign-owned firm. This acquisition involves data that are subject to export control laws and regulations. Contractors are reminded and cautioned that only Contracting Officers are legally authorized to commit the Government. Address all questions to the Contracting Officer, Doug Smith, 719-556-6334 or Lt Olga Brandt, 719-556-9351. This synopsis is for information only, does not constitute an IFB or RFP, and is not to be construed as a commitment by the government. Please note: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
NOTICE OF CONTRACT ACTION FOR THE INTEGRATED SPACE COMMAND AND CONTROL on HERBB
(http://www.herbb.hanscom.af.mil/esc_opps.asp?rfp=R1281)
 
Record
SN01059021-W 20060601/060530220440 (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  © 1994-2020, Loren Data Corp.