SOLICITATION NOTICE
D -- AIR SOVEREIGNTY OPERATIONS CENTER (ASOC) INTERNATIONAL MODERNIZATION AND SUSTAINMENT SUPPORT (AIMSS)
- Notice Date
- 9/6/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- OC2SG/PK, 11 Barksdale Street, Bldg. 1614, Hanscom AFB MA
- ZIP Code
- 01731
- Solicitation Number
- FA8706-06-R-0001
- Response Due
- 9/22/2005
- Point of Contact
- Ronald Saville, Contract Specialist, 781-266-9567 (e-mail is preferred: Ronald.Saville@hanscom.af.mil); Thomas Russo, Contracting Officer, 781-266-9179
- E-Mail Address
-
Click Here to E-mail the POC
(Ronald.Saville@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Contract Action (NOCA) The Command, Control, Intelligence, Surveillance and Reconnaissance (C2ISR) Systems Wing intends to award a sole source contract for the Air Sovereignty Operations Center (ASOC) International Modernization and Sustainment Support (AIMSS) to Lockheed Martin Tactical Systems (LMTS), P. O. Box 64525, St Paul, MN, 55164-0525. LMTS is the incumbent AIMSS contractor. This requirement was previously announced in a Sources Sought Synopsis in the FedBizOps on 5 July 2005. Statutory Authority for this action is 10 USC 2304(c)(1) as implemented by FAR 6.302-1 "Only one responsible source." The proposed acquisition will include sustainment and enhancement of the Air Sovereignty Operations Center (ASOC) software and hardware originally procured from LMTS for ten Foreign Military Sales (FMS) customers located in Bulgaria, Czech Republic, Estonia, Hungary, Latvia, Lithuania, Poland, Romania, Slovakia and Slovenia. The duration of this effort is 01 January 2006 through 31 December 2008. The Government intends to make award by December 2005. The 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. The following screening criteria is being used to make the determination of a responsible source: a) Ability to sustain and enhance existing ASOC systems. Includes a plan to address hardware maintenance activities such as repairing/replacing equipment located in eight Central and Eastern European locations. Includes evidence for addressing software maintenance activities such as identifying and trouble-shooting software problem reports, develop, test and disseminate software fixes. b) In-house software and hardware tools, equipment and facilities that would be used to maintain and enhance the ASOC hardware and software. c) Relevant experience in managing the acquisition, development, and evolution of software-intensive systems. d) Ability to maintain and update, as required, ASOC operator, system administration and system maintenance manuals. e) Effectiveness in establishing and implementing a plan for inserting new technology for improving C2 system operating efficiencies or reducing maintenance cost. f) Evidence of a corporate program of compliance with U.S. exports law and regulations. g) Evidence of a corporate program of compliance with the U.S. National Industrial Security Program - Operating Manual (NISPOM) (DoD 5220.22-M) If a firm believes it is capable of meeting the Government's requirement, it may identify interest and capability to the Contracting Officer within fifteen (15) calendar days of this publication. Qualification packages are not to exceed 10 one sided pages. Interested firms must indicate whether they are a large, small, small-disadvantaged, 8(a), or women owned business and whether they are U.S. or foreign owned. Any firms interested in subcontracting opportunities should contact LMTS. 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. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-SEP-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-NOV-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
ESC Business Opportunities Web Page
(http://www.fbo.gov/spg/USAF/AFMC/ESC/FA8706-06-R-0001/listing.html)
- Place of Performance
- Address: N/A
- Zip Code: N/A
- Country: N/A
- Zip Code: N/A
- Record
- SN01177113-F 20061108/061106223823 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |