Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2010 FBO #3080
SOURCES SOUGHT

R -- Control and Reporting Center (CRC) Site Support

Notice Date
4/29/2010
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FBOSITESUPPORT042910
 
Archive Date
5/25/2010
 
Point of Contact
Jody L Lindley, Phone: 801- 586-9128, James G Thiros, Phone: 801-586-1951
 
E-Mail Address
jody.lindley@hill.af.mil, james.thiros@hill.af.mil
(jody.lindley@hill.af.mil, james.thiros@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
A. Description This Sources Sought Synopsis constitutes a Request for Information to assist the United States Air Force (USAF) in Market Research of Industry to identify potential sources that may meet service requirements for Modification of Systems and Equipment related to the Control and Reporting Center (CRC). The CRC was formerly known as Ground Theater Air Control System (GTACS). The Governments preferred solution is for the contractor to utilize employees who have battle management command and control experience, and specific experience on the CRC network of systems (e.g. AN/TPS-75 Radar, AN/TLQ-32 Anti-Radiation Missile (ARM) Decoy, AN/TYQ-23 Modular Control Equipment (MCE), AN/TSC-147 Joint Tactical Information Distribution System (JTIDS) Module (JM), etc.). The Modification of Systems and Equipment service includes the providing of systems integration; modifications and upgrade (including software, firmware, and hardware); installation of equipment; and system training and maintenance. These services will also be accomplished in Air Control Squadrons worldwide (including in theater). Contractor shall: • Provide answers to questions pertaining to implementation, maintenance, and operation of CRC systems to the CRC System Sustainment Management Office (SSMO) • Provide software and hardware testing, evaluation and integration; installation of software, firmware, and hardware modifications/upgrades and line replaceable units (LRUs) • Install AN/TYQ-23 software, and modify the Operations Module and JTIDS Module • Conduct engineering or feasibility assessments Each team member must have a minimum of the following: • Applicable functional area certification or 10 years equivalent battle management command and control experience • 10-yrs specific experience required on one of the CRC systems (i.e.- AN/TPS-75, AN/TYQ-23, AN/TSC-147, etc.) to include operations and/or maintenance • Composition for worldwide support must have a mix of qualifications • Commitment to worldwide travel required in support of CRC systems CRC Modification of Systems and Equipment is an integral part of the Life Cycle Sustainment Concept being employed by Air Combat Command (ACC) and Air Force Materiel Command (AFMC) for current and future systems. This is not Advisory and Assistance Services (A&AS), but rather Modification of Systems and Equipment. B. Control and Reporting Center (CRC) Background Description • The CRC is a deployable battle management command and control (C2) system employed at the tactical level to support air operations execution across the entire range of operations, from Homeland Security to major combat operations • A tactical C2 element that operates independently or in combination with other tactical joint/coalition C2 elements • Manages the theater's integrated air defense system, conducts air surveillance, participates in theater data link operations, and controls air operations in accordance with the Air Tasking Order (ATO) and Air Control Order (ACO) Functions • Battle Management Command and Control - C2 of air operations in a decentralized execution mode, by managing, disseminating, and assigning mission tasks defined in appropriate tasking orders • Weapons Control - Support and/or coordination of Offensive Counter Air/Defensive Counter Air (OCA/DCA), Air Interdiction (AI), Aerial Reconnaissance (AR), Close Air Support (CAS), Combat Search and Rescue (CSAR), High-Value Airborne Asset (HVAA) protection, Electronic Warfare (EW), Intelligence, Surveillance, and Reconnaissance (ISR), special operations, and the direction of air defense artillery systems • Surveillance - Detection, identification, classification, and tracking of airborne objects (sensors detect and provide cueing to engage hostile manned and unmanned aircraft as well as cruise missiles) • Combat ID - Capability to disseminate timely, accurate, and relevant identification information to weapon system operators to allow engagement of hostile targets and avoid fratricide • Airspace Management - Implementation of the ACO • Tactical Data Link (TDL) Management - Consolidate sensors into the common tactical picture (CTP) for distribution over TDL   C. A responding company must verify willingness and capability to provide the service identified in this RFI, to help the Air Force determine prospective contractors. The company must be willing to provide an informal capabilities briefing. Please address each of the following by restating them (one at a time) and providing your response under each specific one.  Address your capabilities to accomplish the service and provide highlights of successful past experience on similar government contracts within the past 10 years. List name of contract, contract number, and assigned Administrative Contracting Officer (ACO) name and phone number for past experience  Describe your current capability and experience with meeting service requirements such as those identified in this sources sought synopsis  Please identify (with rationale) if your company believes that a Firm Fixed Price pricing arrangement is not most appropriate for this type of requirement  Identify your company's size given the above identified NAICS Code  If your company is part of a Small Business program, please provide verification  If you identify your company as a Small Business, please indicate (with supporting rationale) if/how your company would be a Small Business given the restrictions identified in sub-paragraph (b)(1) of FAR Clause 52.219-14 (which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern (meaning your company))  Identify your company's socio-economic status  Identify (with rationale) if the Services Contracting Act would (or would not) be applicable based on the "service employee" definition under FAR 22.1001 and Part 541 of Title 29, Code of Federal regulations  Identify (with supporting rationale) necessary experience/abilities in battle management command and control, CRC network of systems, composition for worldwide support with a mix of specified qualifications, and world-wide travel. Also identify number of years experience in each of these areas. Please Respond to: Department of the Air Force, Air Force Material Command, OO-ALC/84CBSG/PKB; Attn: James G. Thiros; Responses are due no later than close of business 10 May 2010. No phone responses will be accepted. All responses shall be unclassified and reviewed (prior to submission to the Government) to ensure that there are no operational sensitivities. Note that a Request for Proposal (RFP) would include requirements that are more detailed than what is identified in this Sources Sought Synopsis. Response Due Date: 10 May 2010 Response Due Time: 1600hrs/4:00PM Time Zone for Due Time: Mountain Standard Time This is not a Request for Proposal (RFP) or Invitation for Bid (IFB), nor is it to be construed as a commitment by the Government; it is only to obtain market capabilities/industry comments and is to be used for informational purposes only. The Government does not intend to make an award on the bases of this sources sought synopsis/request for information, nor will the Government pay for the information solicited herein. Copies of the submitted information will be reproduced and review may be used to develop a Request for Proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FBOSITESUPPORT042910/listing.html)
 
Place of Performance
Address: Various, United States
 
Record
SN02135857-W 20100501/100429234844-616f619405aa6f2fc1b9ce7f5c6e72fd (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.