Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13,1999 PSA#2430

ESC/NDK, Strategic & Nuclear Deterrence C2, 11 Eglin Street, Hanscom AFB, MA 01731-2100

A -- NOTICE OF CONTRACT ACTION FOR THE INTEGRATED SPACE COMMAND AND CONTROL (ISC2) REQUEST FOR PROPOSAL (RFP) SOL F19628-99-R-0010 DUE 110399 POC Stephen M. Meehan, Contracting Officer, 781-377-7746; Lisa Maille, Contract Specialist, 781-377-4865 WEB: ESC Business Opportunities Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC, maillel@hanscom.af.mil. NOTICE OF CONTRACT ACTION (NOCA). This announcement serves as notice to all potential offerors that, on or about 99SEP30, the Strategic and Nuclear Deterrence Systems Program Office, Electronic Systems Center, Hanscom Air Force Base, Massachusetts anticipates release of Request for Proposal F19628-99-R-0010 for the acquisition of integrated C2 capabilities for the NORAD/USSPACECOM Warfighting Support System (N/UWSS) initiative. The ISC2 contract is a vehicle for acquiring NORAD/USSPACECOM Warfighting Support System (N/UWSS) capabilities, and for developing, evolving, sustaining, and integrating CINCNORAD, CINCSPACE, CINCSTRAT and associated supporting commands and agencies C2 capabilities. The selected contractor will also provide operational support for the N/UWSS evolved C2 Systems. The scope of ISC2 includes, but is not limited to, the following: Cheyenne Mountain Complex (CMC), Mobile Consolidated Command Centers (MCCCs); AFSPACE Aerospace Operations Center (AOC); USSPACECOM Space Operations Center(SPOC), NORAD Operations Center (NOC), Cheyenne Mountain Training System (CMTS) and Forward User locations. In addition, this contract vehicle will provide for integration among all of the systems listed above, as well as provide for integration of these systems with other DoD C2 systems (e.g. SBIRS, NMD, C2IPS, TBMCS, NMCC, SMCC, etc.). 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 N/UWSS and the warfighting CINC support systems; all the while maintaining mission integrity of this critical, 24/7 national defense mission operation. The ISC2 acquisition will be conducted in two phases: Phase 1 (Migration Demonstration) and Phase 2 (Execution). During the Migration Demonstration Phase the Government intends to award two contracts. Each of the two contractors will further demonstrate and reduce the risk of their migration approaches. For the Execution Phase, the government will down-select from the contractors selected for Phase 1 and award one contract. The period of performance for Migration Demonstration is 5 months. The period of performance for Execution will be up to 12 months plus 1 Option Year. The Execution Phase could have a potential performance period of 15 years in accordance with the Award Term Plan. Pricing for Execution, contract years 3-15, if awarded, will be negotiated between the Government and the ISC2 contractor on a sole source basis without further competition. The solicitation will be made available on the Internet at the Hanscom Air Force Base Electronic Request for Proposal Bulletin Board (HERBB) Website: http://www.herbb.hanscom.af.mil/rfp.asp and by selecting the link "Integrated Space Command & Control Contract". Offerors will be provided 30 days to respond to the solicitation. Telephone requests for the solicitation will not be accepted. Firms responding to this request shall indicate whether they are a large business, small business, verysmall business, small-disadvantaged business, 8(a) concern, women-owned business, or HUBZone Small Business. Respondents must specify whether they are a U.S. or foreign-owned firm. This acquisition may involve data that are subject to export control laws and regulations. A foreign disclosure review of the technical data has not yet been accomplished. If the review determines that data are subject to export controls, only contractors who are registered and certified with the Defense Logistics Services Center (DLSC) shall be provided copies of the solicitation or other data subject to foreign disclosure restrictions. Contact the Defense Logistics Services Center, 74 Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-800-353-3572) for further information on the certification process. You must submit a copy of your approved DD Form 2345, Military Critical Technical Data Agreement, with your request for the solicitation. A Draft RFP was placed on the HERBB Website on 99SEP07. Comments by the Government toIndustry's questions on the Draft RFP are posted to this site. An Acquisition Ombudsman, Colonel Steven H. Sheldon, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106. Contractors are reminded and cautioned that only Contracting Officers are legally authorized to commit the Government. Address all questions to the Contracting Officer, Steve Meehan, (781) 377-7746 or Lisa Maille (781) 377-4865. This synopsis is for information and planning purposes, does not constitute anIFB or RFP, and is not to be construed as a commitment by the government. See Numbered Notes 12 and 26. Posted 09/08/99 (D-SN377947). (0251)

Loren Data Corp. http://www.ld.com (SYN# 0007 19990913\A-0007.SOL)


A - Research and Development Index Page