SOLICITATION NOTICE
D -- DESIGNING, DEVELOPING, INTEGRATING, AND IMPLEMENTING A PROGRAM FOR THE TRAINING, FIELDING, INTEGRATION AND SUPPORT OF TACTICAL DATA LINK WEAPON SYSTEMS. THE LINK-16
- Notice Date
- 2/27/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- ESC/NI3K Tactical Data Links, Gateways, and Network Management (TGN) System Program Office (SPO), 45 Arnold St., Hanscom AFB, MA 01731-2102
- ZIP Code
- 01731
- Solicitation Number
- FA8725-04-R-0006
- Response Due
- 5/27/2004
- Archive Date
- 5/27/2004
- Point of Contact
- Kent Kinal, 781-377-1273, Kent.Kinal@hanscom.af.mil
- E-Mail Address
-
Click Here to E-mail the POC
(Jeffrey.Wong@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of a market survey being conducted by the United States Air Force (USAF) Electronic Systems Center (ESC) Tactical Data Links, Gateways, and Network Management (TGN) System Program Office (SPO) to determine potential commercial sources capable of designing, developing, integrating, and implementing a program for the training, fielding, integration and support of tactical data link weapon systems. The Link-16 TDL system is a key component of the data link systems that extends the range of the pilot's eyes and ears while airborne. The Link-16 TDL system is currently being integrated into numerous US Air Force airborne and ground platforms and will provide improvements in the quality and timeliness of information to support more rapid battlespace decision analysis, increased situational awareness, and shorter decision cycle to advance information superiority and precision engagement. For example, tactical datalinks give a warfighter on one platform access to sensor data generated by other platforms, and actions on one platform are depicted in near real time on the displays of other platforms. The Tactical Data Links - Fielding, Integration and Support (T-FIS) contractor's prime responsibility is to support the development of training programs which complement the integrating of the Link 16 tactical data link weapon system into airborne weapon systems for a variety of USAF platforms. The T-FIS contractor will travel to locations throughout the United States as well as numerous air bases in Europe and Asia to: train pilots and aircrew members on the newly integrated Link 16 capability; operate, monitor and support training exercises utilizing Link 16 hardware; and coordinate and develop plans and schedules that ensure initial training is accomplished/completed at the receiving units prior to the arrival of the new Link 16 capability. The purpose of this announcement is to help the ESC TGN SPO mitigate program cost, schedule and performance risks by identifying potential highly competitive firms for the T-FIS contract. This announcement, together with the subsequent Government analysis of company submittals, will also help interested potential offerors make a more informed decision regarding their probability of success and determine whether or not they should proceed with a full proposal effort. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis request. The Government requests interested offerors submit a statement of their qualifications with respect to the key features discussed above and the criteria below. Responses should include examples of similar efforts. The Government expects that interested sources, either alone or with appropriate teaming partners, should meet the following criteria: (1) Possess or have the ability to obtain a U.S. Secret level facility security clearance. (2) Have demonstrated experience in the design, development, integration, and test of large-scale and complex airborne command and control systems. (3) Have previous experience with military command and control operations, e.g.: a) Air Force Applications Program Development (AFAPD); b) Army Tactical Data Link-1 (ATDL-1); c) Integrated Broadcast Service (IBS); d) Interim JTIDS Message Specification (IJMS); e) Situational Awareness Datalink (SADL); f) Tactical Digital Information Link (TADIL) A (Link 11); g) TADIL B (Link 11B); h) TADIL C (Link 4A); i) TADIL J (Link 16); j) Variable Message Format (VMF); k) Joint Range Extension (JRE); l) Additional tactical data link capabilities to exchange information (e.g., gateway). (4) Have previous experience with networking integration processes, technology and solutions inherent in the connection of fixed and mobile ground systems and aircraft systems. (5) Have previous experience with military communications systems for line-of-sight (LOS) and beyond line-of-sight (BLOS) narrowband secure voice radios, as well as narrowband and wideband secure data links. (6) Have previous experience in the integration of complex aircraft communications systems, overcoming co-site interference, achieving both desirable communications performance and interoperability with other platforms' communications equipment and applications. (7) Have experience in the field of automated decision-making aids including machine-to-machine interfaces and associated communications. (8) Have demonstrated experience with the design and development of systems incorporating multi-level security processes, crypto keying equipment, and practices. (9) Have demonstrated experience in the design and development of systems employing wideband Local Area Net (LAN) technology, graphics presentation methods, computers and information processing approaches, as well as the implementation of Human Machine Interface (HMI) principles. (10) Have demonstrated experience in relating operational concepts and requirements toward the reduction of Total Ownership Cost and optimization of Operational Availability (Reliability and Maintainability) through the application of Logistic Support practices for large-scale hardware/software systems. (11) Have demonstrated experience with innovative pilot and aircrew training concepts. In addition, compliance with Director of Central Intel ligence Directive (DCID) 114 will be required on some airborne platforms. Interested parties who respond with their intention to be potential offerors will be screened against the above criteria to identify highly competitive firms. Responses must be submitted via CD-ROM with two hard copies to the following address: ESC/TGN; (Attn: Lt Bradford Powell; 45 Arnold Street; Bldg 1600 / Room 216; Hanscom AFB, MA 01731-2102. Responses must be submitted in a Microsoft Word 1998 or higher format no later than 4:00 p.m. EDT, 27-Mar-2004, and should not exceed 12, one-sided, 8.5 x 11 inch pages, with the font no smaller than 10 point. Potential offerors judged by the Government to be highly competitive to plan and execute the T-FIS program will be contacted by the PCO and a list of such firms will be made available on the Hanscom Electronic Resources Bulletin Board (HERBB) at https://herbb.hanscom.af.mil/esc_opps.asp?rfp=R401. Firms judged by the Government as being less than highly competitive will be contacted and offered the opportunity to discuss the Government's analysis. The HERBB will be the primary source of information for the T-FIS acquisition. Firms interested in T-FIS should subscribe online at https://herbb.hanscom.af.mil/esc_opps.asp?rfp=R401. Industry comments and questions shall be directed to the T-FIS Program Manager, Lt Bradford Powell, email: Bradford.Powell@hanscom.af.mil (781-377-6900) and Contracting Specialist, Mr. Jeff Wong Russo, email: Jeffrey.Wong@hanscom.af.mil (781-377-2326). This synopsis neither constitutes a Request for Proposal (RFP), nor does it restrict the Government to an ultimate acquisition approach. Firms should not construe this synopsis as a commitment by the Government for any purpose. Any offer submitted in response to an eventual T-FIS request for proposal by a firm judged as less than highly competitive as a result of information submitted in response to this synopsis will be evaluated without prejudice. Additional program information can be obtained from the Hanscom Electronic Resources Bulletin Board (HERBB) at www.herbb.hanscom.af.mil. Please direct any questions on this announcement to Contracts Specialist Mr. Jeff Wong Russo, email: Jeffrey.Wong@hanscom.af.mil (781-377-2326), or Procuring Contracting Officer Mr Kent Kinal, e-mail: Kent.Kinal@Hanscom.AF.Mil (781-478-1273). Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered, you may request an application at (888) 227-2423 or register online through the CCR website at http://www.ccr.gov. http://www.herbb.hanscom.af.mil ESC Business Opportunities See Note 26.
- Web Link
-
ESC Business Opportunities Web Page
(http://www.eps.gov/spg/USAF/AFMC/ESC/FA8725-04-R-0006/listing.html)
- Place of Performance
- Address: N/A
- Zip Code: N/A
- Country: N/A
- Zip Code: N/A
- Record
- SN00532874-F 20040229/040227232831 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |