SOLICITATION NOTICE
A -- Nuclear Command, Control, and Communications System Operational Assessment Program - Solicitation Materials
- Notice Date
- 8/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. 4502, Arlington, Virginia, 22204-4502, United States
- ZIP Code
- 22204-4502
- Solicitation Number
- HC104710R4009
- Point of Contact
- Clare A. Grason, Phone: 703-681-0283
- E-Mail Address
-
clare.grason@disa.mil
(clare.grason@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 5: Past Performance Questionnaire Attachment 4: Award Fee Plan Attachment 3: Reading Review Library Listing Attachment 2: Contract Security Classification Specification, DD Form 254, Pages 3-7 of 7 Attachment 2: Contract Security Classification Specification, DD Form 254, Pages 1-2 of 7 Solicitation Document, HC1047-10-R-4009. The Defense Information Systems Agency (DISA) in conjunction with the Defense Information Technology Contracting Organization-National Capital Region (DITCO-NCR) is requesting proposals in response to the enclosed unclassified solicitation, HC1047-10-R-4009. Please note the following: 1) The Statement of Work (SOW) is CLASSIFIED - SECRET, and shall be provided under separate cover. 2) This effort is in support of the Nuclear Command, Control, and Communications (NC3) System Operational Assessment Program. Said program is an independent assessment program of the Chairman of the Joint Chiefs of Staff to evaluate the operational effectiveness of the worldwide NC3 System of the United States. The NC3 System Operational Assessment Program is a unique program. There is no equivalent in government or private industry. The contractor shall be responsible to design, develop, and conduct recurring operational assessments to assist in the determining, in a quantitative manner, the operational capabilities of the Nuclear Command, Control and Communications (C3) System. This system supports the President and the Secretary of Defense, Joint Staff, and Combatant Commanders' decision making across the spectrum of conflict and threat environments. Included in the Nuclear C3 System are the Survivable Mobile Command and Control Centers consisting of airborne resources, selected fixed and mobile ground command centers, the strategic and non-strategic (theater) nuclear forces, and surviving command elements (including shipboard) of the nuclear and non-nuclear Combatant Commanders, the military services, and the DoD agencies as defined in the Emergency Action Procedures of the Chairman, Joint Chiefs of Staff (EAP-CJCS Volumes VI and VII) and the National Military Command System/Department of Defense Emergency Communications Plan (NMCS/DoD Emergency Communication Plan). The objectives of the assessments are to identify deficiencies in equipment, both hardware and software, and procedures and to recommend corrective action to improve the operational capability. The minimum clearance required for access will be SECRET. Personnel who work with test development and/or test data results and analysis shall require TOP SECRET clearances and be eligible for Special Clearance Investigation for SCI access upon award of contract.Due to the range of services to be supported under the contract, and the rapidly changing nature of R&D, the Government encourages the contractor to team or sub-contract with companies that provide new and innovative services. Due to the range of services to be supported under the contract, and the rapidly changing nature of R&D, the Government encourages the contractor to team or sub-contract with companies that provide new and innovative services. 3) The Government intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ), Cost-Plus-Award-Fee (CPAF) type contract in support of this effort. 4) Interested offerors shall view the attached solicitation document, HC1047-10-R-4009. Upon reviewing the document in its entirety to include any/all relevant unclassified attachments also provided under this solicitation, interested offerors shall take the following steps: a. Contact the Contracting Officer via email, in accordance with Section L of the solicitation, by 11:59 ET, 08 August 2010. Requests received after this date/time will not be considered. Please note a SECRET clearance (minimum) is required to receive, store, and generate, classified information pertaining to this acquisition. The classified SOW is attachment 1 to the solicitation. The National Industrial Security Program (NISP) and the 2006 NISP Operating Manual (NISPOM) prescribes requirements, restrictions, and other safeguards that are necessary to prevent unauthorized disclosure of classified information and to control authorized disclosure of classified information released by U.S. Government Executive Branch Departments and Agencies to their contractors. The Manual also prescribes requirements, restrictions, and other safeguards that are necessary to protect special classes of classified information, including Restricted Data, Formerly Restricted Data, intelligence sources and methods information, Sensitive Compartmented Information, and Special Access Program information. These procedures are applicable to licensees, grantees, and certificate holders to the extent legally and practically possible within the constraints of applicable law and the Code of Federal Regulations. Commercial entities that are in receipt of this government solicitation and wish to submit a competitive proposal to the government can obtain the associated classified information by providing a statement of compliance with the terms and conditions of the 2006 NISPOM. A company that is foreign owned and cleared under a Special Security Arrangement (SSA) and its cleared employees may only be afforded access to prescribed information with special authorization. This special authorization must be manifested by a favorable national interest determination (NID) that must be program/project/contract-specific, thus a company operating under a current SSA doesn't automatically afford them access to GE program information. Access to proscribed information is predicated on compelling evidence that release of such information to a company cleared under the SSA arrangement advances the national security interest of the United States. All responses from responsible sources will be fully considered. Vendors must be registered in the Central Contractor Registration (CCR) database (http://www.ccr.gov) to be considered for award of a contract. b. The Contracting Officer shall notify your firm's designated POC by 11:59 ET, 25 August 2010 if your firm has been approved/authorized to view the classified documents associated with this solicitation. You will also be notified by this date/time if your request has been rejected. c. The Government anticipates that appointments will be scheduled with all approved/authorized firms to view the classified documents in late August or early September 2010. An amendment to this solicitation will be issued establishing a formal proposal due date at that time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/HC104710R4009/listing.html)
- Place of Performance
- Address: Disclosed in SOW., United States
- Record
- SN02224943-W 20100803/100801233026-5d6d876eaa911b0ab6b5f0ea7c92e803 (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 |