Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

58 -- JOINT STARS MISSION AREA ANALYSIS OF ALTERNATIVES (AOA) RFI

Notice Date
3/2/2010
 
Notice Type
Presolicitation
 
Contracting Office
75 Vandenberg Drive Bldg 1630Hanscom AFB, MA
 
ZIP Code
00000
 
Solicitation Number
R2350
 
Point of Contact
David Knox david.knox@hanscom.af.mil
 
E-Mail Address
E-mail the POC
(david.knox@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Joint STARS Mission Area Analysis of Alternatives (AoA)REQUEST FOR INFORMATIONTHIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in the RFI. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this RFI.The Air Force is undergoing a re-assessment of their "Joint STARS Mission Area" requirements. The "Joint STARS Mission Area" refers to a wide area airborne ground surveillance capability (detection, tracking, and classification of ground and surface movers), and the associated Battle Management and Command and Control (BMC2) capabilities necessary for real-time exploitation of the sensor data, sensor management, processing, display, and communications to enable F2T2EA (find, fix, Track, Target, Engage, and Assess) of mobile ground and maritime targets. Operations over the past several years have revealed areas where improved capabilities for ground moving target surveillance are required. These requirements are being captured in the "Joint STARS Mission Area Initial Capabilities Document (ICD)", currently in DoD coordination. Key areas of improvement are tracking individual movers through high traffic density conditions, ground/surface moving target classification, and detection and tracking of dismounts. The United States Air Force is planning to conduct a survey in the near future to evaluate options to meeting the Joint STARS Mission Area capability needs (represented by the sum of the Joint STARS ORD and the Joint STARS Mission Area ICD). Options considered will include enhancements and upgrades to existing systems and/or development and deployment of new systems. The survey will have a specific focus on the sensor and platform operational effectiveness, suitability, and life-cycle cost of alternatives that satisfy established capability needs.The purpose of this announcement is to help the government identify contractors that will be proposing potential Sensor/Platform System solutions in support of a future acquisition activity to deliver capability in support of the Joint STARS Mission area. Any information submitted by respondents to this RFI is strictly voluntary. The government will not pay for any information that is submitted by respondents to this RFI. The Government requests interested sources that intend to propose a Sensor/Platform solution submit an information package with respect to the topics below. All responders must have Personnel, facilities and storage with SECRET clearances. The information packages must indicate the source's intent to define/provide a Sensor/Platform solution or whether your interest relates to developing/providing elements (i.e., engineering services and/or components of hardware/software) of a solution. Potential offerors should also identify if they qualify as a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business and whether they are a U.S. or foreign-owned firm. Information packages should describe the following 1. Offeror's experience with respect the Joint STARS Mission Area2. Offeror's experience on Programs that required the design, development, integration, and test of large-scale and complex airborne sensor and command and control systems. 3. Offeror's experience on Programs that required experience with military command and control operations 4. Offeror's experience on Programs that required experience with developing Sensors that meet the open systems architecture principles, processes, and practices. This RFI is for planning purposes only and does not constitute a request for bid or proposals, nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information provided in response to this RFI. Responses must be submitted via CD-ROM along with two paper copies. The Government requested that Offeror's provide a synopsis, of no more than 10 single-sided pages, 12-point, Times New Roman font, minimum one-inch margins, in Microsoft Word format. In addition to the synopsis, a cover page or cover letter may be included for offerors interested in defining/providing a Sensor/Platform solution or whether your interest relates to developing/providing elements (i.e., engineering services and/or components of hardware/software) of a solution. Request that your RFI response be submitted on or before 15 March 2010. There will be an Industry Day scheduled to occur within 30 business days after RFI responses are submitted. Further information on the Joint STARS Mission Area AoA Industry Day will be provided via the HERBB. We anticipate having one-on-one meetings with offerors at the Industry Day to provide you an opportunity to discuss your RFI response and any other necess! ary information. We will be forthcoming with the final details for Industry Day, please continue to monitor the HERBB website for information.Responders should indicate which portions of their response are proprietary and should mark them accordingly. All correspondence related to this matter should be e-mailed (preferred) or mailed to: 851 ELSG/638 ELSS PK (Attn: Mr. Dan Williams)Building 1630Hanscom AFB, MA 01731-2119E-mail: daniel.williams@hanscom.af.milVoice: (781) 377-6768 Responders should mark and handle in accordance with DoD 5200.1-R if any portion of their response is classified. Any portion of the response which is classified should be sent to:851 ELSG/637 ELSS (Outer wrapper - Attn: Security, Inner wrapper - Attn: Tim Hall)Building 1630Hanscom AFB, MA 01731-2119Voice: (781) 377-1547 Technical questions concerning this RFI should be directed to Mr. Charles Arouchon at 781-377-1007 and/or Mr. Gerald McKillop at 781-377-2826.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/R2350/listing.html)
 
Record
SN02080156-W 20100304/100302234635-4ee32b39a1e319aee91d8d90cc1f1a9f (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.