Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOURCES SOUGHT

J -- High Frequency Global Communication System Contractor Logistics Support

Notice Date
5/4/2009
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
HFGCS_RFI1
 
Archive Date
6/12/2009
 
Point of Contact
Jamey L. Hartsel,, Phone: 4057364585, Brandon V Jones, Phone: 405-739-3516
 
E-Mail Address
jamey.hartsel@tinker.af.mil, brandon.jones@tinker.af.mil
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is issued by the Air Force (AF) 727 Aircraft Sustainment Group (ACSG), Tinker AFB, Oklahoma for planning purposes only. This (RFI) does not constitute an invitation for bids, a request for proposal, a solicitation, or a request for quote. The Government will not reimburse respondents for any costs associated with the preparation or submission of the information requested. The primary intent of this (RFI) is to solicit industry feedback on the viability of the use of competitive procedures to satisfy this requirement. The Oklahoma City Air Logistics Center contemplates a sole-source follow-on with the Original Equipment Manufacturer (OEM), under authority of 10 U.S.C. 2304(c)(1)(FAR 6.302-1) Only One Responsible Source for acquisition, upgrade, modification and sustainment of the SCOPE Command program. SCOPE Command is the networked radio and control system of the High Frequency Global Communications System (HFGCS). The SCOPE Command program is made up of 13 HF radio stations located around the globe and networked to two Network Control Station (NCS) operation centers located at Andrews AFB, MD, and Grand Forks AFB, ND. HFGCS is the Department of Defense program of record for high power (greater than 1000 watts), high-frequency (1.8 – 29.9 megahertz) beyond-line-of-sight strategic Command and Control radio communications. It is composed of commercial off-the-shelf/non-developmental item (COTS/NDI) equipment, an integrating communications control management software suite, COTS computer and network operating systems, and COTS security and support software. Each radio station is composed of a transmitter site, receiver site and control site. The control site coordinates the functional activities of each individual station. The redundant NCS facilities coordinate the asset management and control of all stations. Coordination and control of the system is facilitated using the Rockwell-Collins Communications Control and Management System (CCMS) integration software. SCOPE Command operator consoles, used to control and manage system assets, are located at eleven locations globally. SCOPE Command is a standards-based open architecture system, utilizing MIL-STD-188-110B, MIL-STD-188-141B, Standardized Agreement (STANAG) 5066 and other NATO STANAGs. SCOPE Command can operate in single sideband (SSB) and independent sideband (ISB) modes, is automatic link establishment (ALE) capable, and supports current and legacy HF modem waveforms, including MIL-STD-188B. The system is also expected to implement a non-secure digital voice over the skywave channel capability under the existing contract with Rockwell-Collins. System-wide broadcast capability includes single-, multi- and all-station modes. Additionally, the system supports the HF Email capability utilizing the Rockwell-Collins HF Messenger application and integrating software. Upgrade and sustainment support is provided by five contractor-provided System Integration Labs (SIL) capable of replicating the entire system and its capabilities. The anticipated government procurement will proceed with the following assumptions: 1.The Government is not planning a comprehensive system replacement of the existing equipment and software as part of this follow-on contract. SCOPE Command acquisition strategy is based on the evolutionary acquisition approach using spiral development. 2.OEM data will not be available and Associate Contractor Agreements may be required. 3.The Government anticipates purchasing three additional radio stations to enhance global HF coverage. Decentralization of system operations will require proliferation of remote radio operations consoles out to mission-owner locations globally. 4.The Government anticipates upgrades to the SCOPE Command system to include integration of Internet Protocol over HF, decentralized system operations, secure digital voice, user interface redesign and other emerging technologies insertion are expected to continue over the life of the program (and probably this contract). 5.The Government will require annual depot maintenance, logistic support and system administration for 13 radio stations, 2 operations centers and 9 remote operator consoles. New station and console locations will add additional effort as those capabilities come online. Emergency on-site maintenance may be required. Life-cycle support for components and subassemblies is also required to include identification of obsolete parts replacements. 6.The Government anticipates award of an indefinite quantity/indefinite delivery contract composed of firm fixed price, cost plus, and cost reimbursable elements. The government is specifically interested in industry’s capability to provide information (given the above assumptions) on the following topics: 1.Does the contractor have the technical capability to provide all the elements (acquisition, upgrade, modification and sustainment) of the anticipated contract action? 2.Can the contractor obtain Associate Contractor Agreements needed to satisfy all the elements of the anticipated contract action? 3.Will there be mobilization and startup costs, and does the contractor expect to successfully amortize these costs given a 5 year period of performance? Please provide your response no later than COB 28 May 2009 directly to 727 ACSG/PKC, Capt Jamey Hartsel, Contracting Officer via email at jamey.hartsel@tinker.af.mil. Annotate the Subject Line of the email response as: HFGCS (RFI) #1 Response. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ea1cfe5241284b0d4dc1693beb9104e1&tab=core&_cview=1)
 
Place of Performance
Address: 15 locations world-wide, United States
 
Record
SN01808245-W 20090506/090504220440-ea1cfe5241284b0d4dc1693beb9104e1 (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.