Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2007 FBO #1922
SOURCES SOUGHT

D -- Communications & Software Configuration Management

Notice Date
2/28/2007
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, CO, 80912-2116, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-20075673025
 
Response Due
3/9/2007
 
Archive Date
3/24/2007
 
Description
This sources sought notice is issued for market research purposes only; no solicitation is being issued at this time. The 50th Contracting Squadron is contemplating combining the two requirements contained in the attached Performance Work Statement (PWS) extracts into one Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. The 4th Space Operations Squadron (4 SOPS) Software Configuration Control PWS extract is for software configuration control with emphasis on operational Milstar and Advanced Extremely High Frequency/Advanced Satellite Mission Control Subsystem (AEHF/ASMCS) software and databases and operational applications developed to support 4 SOPS operations and maintenance requirements. The secondary purpose is to provide project management support to coordinate and accommodate restructuring activities within 4 SOPS. The AFSCN Communications Configuration Management System (CCMS) PWS extract is for operations and maintenance of the CCMS tool which depicts AFSCN communications connectivity and the associated equipment. CCMS content includes AFSCN Common User Element (CUE) Communications Segment, Network Management Segment circuit connectivity subsystems, and Electronic Schedule Dissemination (ESD) subsystem connectivity. In order to determine technical capabilities for the 4 SOPS software configuration requirement, please provide answers to the following questions: 1. Does the Contractor have sufficient knowledge of and experience with the entire Milstar configuration control infrastructure, to include Satellite Mission Control Subsystem (SMCS), Command and Control System-Consolidated (CCS-C), ASMCS and the follow-on AEHF satellites to function as a subject matter expert? 2. Does the Contractor have sufficient knowledge of and experience with facilities at Schriever AFB to adequately support the preparation and implementation of the new operations infrastructure to support ASMCS and AEHF as well as maintaining current facilities? 3. Does the contractor have sufficient knowledge and understanding of the backward-compatibility process in place to ensure an efficient and seamless transition from Milstar-only to a combined Milstar & AEHF constellation? In order to determine technical capabilities for the AFSCN CCMS requirement, please provide answers to the following questions: 1. Does the Contractor have sufficient knowledge of and experience with the Air Force Satellite Control Network (AFSCN) Communications Segment to function as a subject matter expert? 2. Does the contractor have sufficient knowledge of and experience with the government-provided software applications (identified in the PWS) which are dedicated to supporting the system operations, maintenance and development, in order to provide on-line Website visualization (drawings/diagrams) representing the data maintained in the CCMS databases? 3. Does the contractor have experience in web-based system sustainment and management to include the following: a) the ability to develop an on-line user feedback capability; b) a statistics gathering capability that can automatically capture the systems user access information and use the information to produce metrics that depict actual time usage of the system; and c) the ability to ensure the on-line system is secure from intrusion and unauthorized modifications? All businesses capable of providing the services in one or both of the PWSs are invited to respond. Please provide enough information when responding to the questions that the Government can make a determination of the Contractor?s ability to perform the requirement; however, please limit your responses to one single-sided page per question. Any information provided by industry to the Government as a result of this sources sought notice is voluntary. The Government will not pay for any information submitted in response to this sources sought notice. If interested in responding to this notice, the Government requests interested parties submit a brief description of their company?s business size, business status, anticipated teaming arrangements, a description of similar services offered to the Government and to commercial customers, and whether or not the Contractor has an active GSA schedule. All submissions shall be provided electronically via e-mail to stacy.reed@schriever.af.mil or chad.bowman@schriever.af.mil.
 
Place of Performance
Address: 300 O'Malley Avenue, Schriever AFB CO
Zip Code: 80912
Country: UNITED STATES
 
Record
SN01240828-W 20070302/070228221026 (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.