Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2009 FBO #2796
SOURCES SOUGHT

A -- Tactical Targeting Network Technology (TTNT) Development

Notice Date
7/21/2009
 
Notice Type
Sources Sought
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8750-09-TBD
 
Point of Contact
Robert Scott, Phone: 315-330-4753
 
E-Mail Address
Robert.Scott@rl.af.mil
(Robert.Scott@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Department of the Air Force, Air Force Material Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY 13441-4114. Point of Contact: Janis Norelli, Small Business Specialist, Phone (315) 330-3311, FAX (315) 330-2784, Email Janis.Norelli@rl.af.mil. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This is in support of market research being conducted by AFRL to identify capable potential sources. All large and small businesses are sought to perform Tactical Targeting Network Technology (TTNT) development for the RIG Division, Air Force Research Laboratory, Rome Research Site, Rome NY (AFRL Rome). AFRL Rome has a requirement to conduct research, development, and system support for Tactical Targeting Network Technology (TTNT) and related interoperable technologies such as Quint Network Technology (QNT). This effort would include but not be limited to: Development of a Joint Tactical Radio System (JTRS) version of the TTNT waveform compliant with the Software Communications Architecture (SCA), National Security Agency (NSA) Unified Infosec Criteria (UIC) compliance, TTNT Waveform enhancement, modification and maintenance, Development of hardware technologies, Development of advanced transmission modes, Development of TTNT directional networking technologies, Building TTNT and QNT terminals for test, development and demonstrations with initial deliveries within six months, Support of flight-tests and demonstrations, and TTNT/QNT Terminal maintenance and support. Anticipated deliverables include software, hardware, and technical documentation. An indefinite-delivery, indefinite-quantity (ID/IQ) cost-plus-fixed-fee type contract is contemplated with an ordering period of 60 months. The maximum contemplated ordering amount (contract ceiling) is anticipated to be approximately $49,900,000.00. The prime contractor and their subcontractors for this contract must have Secret security clearances. Foreign allied participation at the prime contractor level shall not be permitted for this effort. In reference to the TTNT effort, information can be obtained by contacting the Government TTNT Program Manager, Capt Wes Gilley, at (315) 330-2091, or Michael Gudaitis, (315) 330-4478, who will forward a copy of the TTNT Program Information Package (PIP). Data contained in the PIP is subject to export control restrictions. Therefore, approval to receive the PIP will not be granted unless respondents first submit a copy of an approved DD Form 2345, Militarily Critical Technical Data Agreement (Mar 2005), (may be obtained at http://www.dlis.dla.mil/default.asp) along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the PIP, to the TTNT Program Manager at the Air Force Research Laboratory/RIGD, 525 Brooks Road, Rome, New York 13441-4505, or fax to his attention at (315) 330-4111. The Government believes this effort should be a sole source to Rockwell Collins, Inc., unless we can find other sources who can deliver a system capable of running the TTNT Waveform and provide support for existing TTNT terminals within six months after contract award. Responses to this Sources Sought notice are requested and will be used for market research purposes. The North American Industry Classification System (NAICS) code for this acquisition is 541712. Respondents should provide a statement of capabilities and information demonstrating management and technical experience on similar acquisitions and resources necessary to successfully compete for this award. Provide information on at least three (3) contracts for similar work within the past five (5) years. Include complete references, contract titles, dollar values, points of contact and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided by the Offeror, (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained from other Government and commercial sources. Respondents must demonstrate knowledge/expertise in the following areas: TTNT Waveform Technology to support air-to-air Internet-Protocol (IP) based network communications at distances of up to 300 nautical miles, airborne networking technology, JTRS SCA software development, and TTNT Phase 3 Terminal operation and support. In addition to the statement of capabilities, please provide answers to the following questions: (1) Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor? (2) How many people does your company employ? (3) Will you need to hire additional personnel to perform this effort? (4) Is your company's cost accounting system approved by the DCAA or DCMC? If not, how would your company financially administer a cost-reimbursement type contract? (5) Are there any other factors concerning your company's ability to perform the upcoming effort that the Air Force should consider? (6) Is your company a foreign-owned/foreign-controlled firm and do you contemplate the use of foreign national employees on this effort? (7) Explain how your company will fill the Secret positions. (8) What is your company's Certified Contractor Access List (CCAL) number? (9) Any other information you think we need to evaluate your capabilities. Vendors who are capable of providing the supplies and services stated above shall fully identify their interest and submit, in writing, information documenting their qualifications and capabilities to meet the requirements stated above within 15 days after publication of this synopsis. A determination by the Government whether or not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered for the purpose of determining whether to conduct a competitive procurement. Any questions concerning this Sources Sought Notice may be directed to the Contract Specialist, Robert Scott at 315-330-4753, Robert.Scott@rl.af.mil or the Contracting Officer, Douglas Rosenthal at 315-330-1957, douglas.rosenthal@rl.af.mil. All submissions must be addressed to Janis Norelli, AFRL/RIB, 26 Electronic Parkway, Rome NY 13440 and must be received by 3:00 P.M., EST on 31 JUL 2009. Responses must reference the solicitation number, and contain the respondent's Commercial and Government Entity (CAGE) code, email address, mailing address and FAX number. While the Small Business Specialist, Janis Norelli, is the focal point for receipt of the statement of capabilities, technical questions should be directed to the Laboratory Program Manager for this indefinite-delivery, indefinite-quantity effort, Michael Gudaitis at (315) 330-4478, email: Michael.Gudaitis@rl.af.mil, or Captain Wes Gilley at (315) 330-2091, email: Wes.Gilley@rl.af.mil, the TTNT Program Manager. Contractual questions should be directed to the Contract Specialist at (315) 330-4753, e-mail Robert.Scott@rl.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8750-09-TBD/listing.html)
 
Record
SN01882585-W 20090723/090722001511-38fa5f9262c084c6f3ac6804a1c48a8b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.