Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651

ESC/DIGK, Global Grid (Product Area Directorate), 5 Eglin Street, Hanscom AFB, MA 01731-2100

59 -- THEATER DEPLOYABLE COMMUNICATIONS (TDC) INTEGRATED COMMUNICATIONS ACCESS PACKAGES (ICAP) FOLLOW-ON ACQUISITION DUE 082500 POC Cathy Mirra, Contract Specialist, (781) 377-6317; Dale M. Pease, Contracting Officer, (781) 377-6395 WEB: ESC Business Opportunities Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC, Cathy.Mirra@hanscom.af.mil. Request for Information (RFI). This Commerce Business Daily (CBD) announcement constitutes a Request for Information (RFI) to solicit industry input during the initial formulation of the acquisition strategy for the follow-on Theater Deployable Communications (TDC) Integrated Communications Access Packages (ICAP) program. TDC is a state-of-the-art ground communications system designed to replace legacy communications systems in use at deployable Air Force units. TDC ICAP provides a local and metropolitan area switched communications network for Internet protocol, voice, and video data through the use of commercial off-the-shelf (COTS) circuit switches, hubs, routers, multiplexers, and other equipment. The current TDC ICAP equipment baseline is comprised of a suite of 10 different modules and 36 associated kits that together provide the required deployed base communications services. Specific technical and packaging requirements for each of the current modules/kits, as well as estimated quantities of each item projected to be procured between FY02 and FY05 can be found at http://herbb.hanscom.af.mil (click on Biz Opportunities, then Theater Deployable Communications Integrated Communications Access Packages). Note that this documentation reflects the FY00 technical baseline and is provided for information only -- the specific implementation will change as a result of COTS upgrades, new technology, and evolving operational concepts. The final date for ordering equipment on the existing TDC ICAP contract is 30 Sep 01. ESC/DIG is currently developing the acquisition strategy for the follow-on effort. Since the equipment is COTS, packaged for operation and transport in transit cases, our proposed strategy is to structure a business environment that provides continuous industry competition on a module-by-module basis whereby the Government selects its supplier based on performance, quality, support, and price. The basic products/services required are: (1) integrating and producing the modules and kits as identified in the technical requirements documents, including delivery of manuals, wiring, and interface diagrams, and 2) providing engineering support in the form of maintaining ICAP standards, identifying new equipment items, demonstrating new technology/capabilities in accordance with the Air Force 's roadmap, supporting interoperability testing, and supporting the Air Force's training facility and maintenance/help desk contractors. We would potentially maximize the use of GSA schedules and/or other Government-wide contract vehicles in lieu of establishing new contracts for the ICAP modules and are contemplating a separate stand-alone arrangement for engineering support. We would prefer to have a single contractor providing and coordinating all engineering support and multiple contractors integrating and producing the modules/kits. We plan to procure only integrated modules/kits, not individual components; we do not anticipate providing any equipment as Government Furnished Equipment (GFE). Training and maintenance are not part of the ICAP contract (with the exception of warranty repairs). All training is provided through the Air Education and Training Command school at Keesler AFB, MS and maintenance through the System Service Logistic Support Manager contract managed out of Warner-Robins ALC, GA. To help further refine our acquisition strategy, we would appreciate input in the form of responses to the following questions: 1. Would your company be interested in providing any of the products/services listed above? If so, please identify which -- engineering support or a specific module(s)/kit(s) using the module/kit definitions posted on http://herbb.hanscom.af.mil. 2. What General Services Administration (GSA) schedules, Blanket Purchase Agreements (BPAs), or other contracts available to the Air Force could be used for acquisition of relevant products/services from your firm? 3. What problems/issues do you see arising from such a strategy? 4. What other alternatives would you suggest? Interested firms are encouraged to provide two copies of their written responses to the above questions to ESC/DIGK, Bldg 1612, 5 Eglin Street, Hanscom AFB, 01731-2100, Attn: Cathy Mirra or by fax to (781) 377-5650. Note: For commercial delivery such as FedEx, address packages to 3 Eglin Street. Responses are requested no later than close of business on 25 Aug 00. Responses should include the company name, address, DUNS number, CAGE code, Tax Identification Number, size of business (i.e., large business, small business, small disadvantaged business, 8 (a) concern, or women-owned business, very small business, or HUBZone small business), whether U.S. or foreign owned entity, and a point of contact in their response. An Acquisition Ombudsman 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. ESC's Acquisition Ombudsman is Col Joseph Magnone; Director, Commander's Staff; ESC/CO, (781) 377-5106; or email at Joseph.Magnone@hanscom.af.mil. This notice does not constitute a Request for Quote, it does not restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. Call Cathy Mirra at (781) 377-6317 with questions regarding this notice. Posted 07/25/00 (D-SN478507). (0207)

Loren Data Corp. http://www.ld.com (SYN# 0532 20000727\59-0001.SOL)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |


Created on July 25, 2000 by Loren Data Corp. -- info@ld.com