MODIFICATION
D -- AIR SOVEREIGNTY OPERATIONS CENTER (ASOC) INTERNATIONAL MODERNIZATION AND SUSTAINMENT SUPPORT (AIMSS)
- Notice Date
- 7/5/2005
- Notice Type
- Modification
- Contracting Office
- OC2SG/PK 11 Barksdale Street Hanscom AFB, MA
- ZIP Code
- 00000
- Solicitation Number
- R1097
- Response Due
- 7/19/2005
- Archive Date
- 8/5/2005
- Point of Contact
- Ron Saville Ronald.Saville@hanscom.af.mil
- E-Mail Address
-
Email your questions to E-mail the POC
(Ronald.Saville@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.0 Goal: Operational C2 Systems Group (OC2SG), ASOC Program Office at Hanscom AFB, MA is seeking sources to provide enhancement and sustainment of Air Sovereignty Operations Center (ASOC) systems. The purpose of this Sources Sought Synopsis is to determine if there are any responsible sources available who are capable of performing this CLS effort. 2.0 Introduction: This is a SOURCES SOUGHT SYNOPSIS. It is for market research purposes only and is not to be construed as a commitment by the government to issue a Request for Proposal or award a contract as a result of this request. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The NAICS code is 541512 with an SBA size standard of $18,000,000. Interested parties should make it known if they qualify as a large business, small business, very 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. Respondents should also specify whether they are a U.S.-owned or foreign-owned firm. 3.0 Background: Air Sovereignty Operations Center (ASOC) software and hardware were procured from Lockheed Martin Tactical Systems (LMTS), Eagan MN for eight Foreign Military Sales (FMS) customers located in Bulgaria, Hungary, Latvia, Lithuania, Poland, Romania, Slovakia and Slovenia; hereafter referred to as Central and Eastern Europe. Enhancement and sustainment of ASOC systems requires providing all management and labor necessary for software maintenance and enhancements for ASOC, an air defense command and control (C2) system. The term "ASOC" is a U.S. Government-assigned system name. Prime contractor work on the ASOC system will require a U.S. Government facility security clearance. ASOC application software is a proprietary product of LMTS. Unlimited U.S. Government rights to ASOC applications software applies to compiled code and does not apply to source code. LMTS has changed its name to Lockheed Martin Maritime Systems and Sensors or, LM MS2. 4.0 Principal System Components: The ASOC is a Sun Solaris-based air defense command and control system capable of multi-radar tracking using up to 100 sensors. The typical ASOC has ten operator display workstations. Configurations vary in size from 6 to 12 workstations. New Automated Data Processing (ADP) equipments were installed in late 2004/early 2005 at all customer sites and are expected to remain operational for the duration of the Basic and two Option periods described below. Sun V-240 servers host ASOC application software and Sun Blade 1500 host operator workstations. Primary system communications use MPS-1000 multi-protocol communications server. 5.0 Key System Features: The ASOC processes digitized radar data received from military and civil radars; as well as flight plan information, to provide an integrated identified air situation display. The system accepts primary and secondary radar data in EUROCONTROL ASTERIX plot data format, track data in NATO Link-1 and EUROCONTROL ASTERIX track data formats, and flight plan data in ICAO/OLDI formats. Using the ASOC system, military operators conduct surveillance and identification of all objects in the airspace and exercise control over air weapons systems using ground controlled intercept (GCI) guidance capabilities and surface-to-air (SAM) missile control capabilities. The system also operates in a remote operations mode while communicating with the host system. 6.0 Vendor Qualification: If the Government issues a request for proposal or awards a contract as a result of this request, the duration of this effort is expected to be for the Basic period from 01 JAN 2006 through 31 DEC 2006 plus 2 option years. The Government is seeking responsible sources that can demonstrate the ability to sustain and enhance the existing ASOC system. The potential source shall furnish all management, labor, transportation, tools, equipment, configuration control, and documentation for software and hardware support for the existing systems as delivered and supported by LM MS2. The Government requests interested contractors submit a qualification package, not to exceed 10 one-sided pages, to the Contracting Officer named below not later than 15 days after release of this synopsis with respect to enhancing and sustaining the key system features discussed above and the following listed screening criteria. Sources should indicate the offeror's intent to be a prime contractor. Also, offerors should list any existing contracts with similar capabilities, to include a point of contact, preferably a Government Contracting Officer/Program Manager, and telephone number. All proprietary information should be marked as such. The qualification package for potential sources shall address the following screening criteria: 6.1. Detail ability to sustain and enhance existing ASOC systems. Include a plan to address hardware maintenance activities such as repairing/replacing equipment located in eight Central and Eastern European locations. Include evidence addressing software maintenance activities such as identifying and trouble-shooting software problem reports, develop, test and disseminate software fixes. 6.2. Detail in-house software and hardware tools, equipment and facilities that would be used to maintain and enhance the ASOC hardware and software. 6.3. Describe relevant experience in managing the acquisition, development, and evolution of software-intensive systems. 6.4. Detail ability to maintain and update, as required, ASOC operator, system administration and system maintenance manuals. 6.5. Provide evidence of your effectiveness in establishing and implementing a plan for inserting new technology for improving C2 system operating efficiencies or reducing maintenance cost. 6.6. Detail evidence of a corporate program of compliance with U.S. exports law and regulations. 6.7. Detail evidence of a corporate program of compliance with the U.S. National Industrial Security Program - Operating Manual (NISPOM) (DoD 5220.22-M) 7.0 Planning Information: More Defense Trade Controls compliance information may be found at http://www.pmdtc.org/compliance.htm. Interested offerors who respond with their intention to be a prime contractor will be evaluated against the above screening criteria. Those not meeting the screening criteria will be invited to discuss with the Government their ability to meet the requirements of a prime contractor. This synopsis 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 synopsis. Information provided by an offeror will not be returned to the offeror. Additional information is available on http://www.herbb.hanscom.af.mil/esc_opps.asp?rfp=R1097: Technical Requirements Documents for ASOC 8.0 Problem Resolution: An Acquisition Ombudsman, Colonel Robert O'Neill, 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. See Note 26.
- Web Link
-
ASOC International Modernization Sustainment Support on HERBB
(http://www.herbb.hanscom.af.mil/esc_opps.asp?rfp=R1097)
- Place of Performance
- Address: N/A
- Zip Code: N/A
- Country: N/A
- Zip Code: N/A
- Record
- SN00841343-W 20050707/050705211840 (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 |