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
|
|
|