Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
SOLICITATION NOTICE

D -- ASOC J-Series Message Set software enhancement and sustainment for three Eastern European Countries.

Notice Date
5/7/2008
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731
 
ZIP Code
01731
 
Solicitation Number
FA8706-08-R-0007
 
Point of Contact
Rudolph A. Wiechert,,
 
E-Mail Address
rudy.wiechert@hanscom.af.mil
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Pre-solicitation Notice Solicitation Number: FA8706-08-R-0007 Posted Date: 07 May 2008 Archive Date: 23 Jun 2008 Original Response Date: 23 May 2008 Current Response Date: 23 May 2008 Classification Code: D - Information technology services, including telecommunications services Set Asides: N/A NAICS Code: 541512 Contracting Office Address 350th ELSG/PK, 11 Barksdale Street Hanscom AFB, MA 01731-1700 Notice of Contract Action (NOCA) Description The 350TH Electronic Systems Wing intends to award a sole source contract for the Air Sovereignty Operations Center (ASOC) International Modernization and Sustainment Support (AIMSS) to Lockheed Martin Tactical Systems (LMTS), P. O. Box 64525, St Paul, MN, 55164-0525. LMTS is the incumbent AIMSS contractor. The proposed acquisition will include a J-Series Message Set enhancement of the Air Sovereignty Operations Center (ASOC) software originally procured from LMTS for ten Foreign Military Sales (FMS) customers located in Bulgaria, Czech Republic, Estonia, Hungary, Latvia, Lithuania, Poland, Romania, Slovakia and Slovenia. The duration of this effort is 1 June 2008 through 31 December 2010. The Government intends to make award by July 2008. The Air Sovereignty Operations Center (ASOC) software and hardware were procured from Lockheed Martin Tactical Systems (LMTS), Eagan MN for eight Foreign Military Sales (FMS) customers located in Bulgaria, Hungary, Latvia, Lithuania, Poland, Romania, Slovakia and Slovenia; hereafter referred to as Central and Eastern Europe. Enhancement and sustainment of ASOC systems requires providing all management and labor necessary for software maintenance and enhancements for ASOC, an air defense command and control (C2) system. The term "ASOC" is a U.S. Government-assigned system name. Prime contractor work on the ASOC system will require a U.S. Government facility security clearance. ASOC application software is a proprietary product of LMTS. Unlimited U.S. Government rights to ASOC applications software applies to compiled code and does not apply to source code. No Source Code is to be provided. The following screening criteria are being used to make the determination of a responsible source: a) Ability to enhance existing ASOC systems to include existing requirement for a J-Series Message Set upgrade for three Eastern European Countries. Includes a plan to address activities such as software development, testing, installation and training using the existing hardware and software. b) In-house software and hardware tools, equipment and facilities that would be used to enhance the ASOC hardware and software. c) Relevant experience in managing the acquisition, development, and evolution of software-intensive systems. d) Ability to maintain and update, as required, ASOC operator, system administration and system maintenance manuals. e) Evidence of a corporate program of compliance with U.S. exports law and regulations. f) Evidence of a corporate program of compliance with the U.S. National Industrial Security Program - Operating Manual (NISPOM) (DoD 5220.22-M) An ESC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. In addition, AFFARS 5352.201-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The ESC Ombudsman can be contacted at: ESC Ombudsman Bldg 1606, 9 Eglin Street, Hanscom AFB, MA 01731 Telephone# 781-377-5106 Facsimile # 781-377-4659 E-Mail: ESC.Ombudsman@hanscom. af.mil Interested potential sources shall submit their formal reply to this notice in writing, within 15 calendar days of this publication.. Interested firms must indicate whether they are a large, small and small disadvantaged, 8 (a) or women owned business and whether they are U.S. or foreign owned. The formal reply shall include a statement of interest, statement of qualifications, and a statement as to whether the offeror has any existing contract where this effort would fall within the existing scope. Please limit responses to 10 pages. If more than 10 pages are submitted, only the first ten pages will be reviewed. The Government will use the information obtained from this market survey to evaluate the capabilities of the market place. Any proprietary information submitted should be identified as such. Interested firms should submit their written responses to the Contracting Officer, John Turner, 350 ELSG/PK, 11 Barksdale Street, Hanscom AFB MA 01731, (781) 266-9011. Email: john.turner@hanscom.af.mil. No telephone responses will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5a98861fbf273dea9da8d1f31460bcd5&tab=core&_cview=1)
 
Record
SN01568527-W 20080509/080507220307-5a98861fbf273dea9da8d1f31460bcd5 (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.