Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2014 FBO #4472
SPECIAL NOTICE

59 -- TDLID Replacement & Integration

Notice Date
2/19/2014
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8722-10-C-0001TDLID
 
Archive Date
3/21/2014
 
Point of Contact
Khanh Nguyen, Phone: 8572250333, Mark George, Phone: 7812250337
 
E-Mail Address
khanh.nguyen.7@us.af.mil, mark.george@hanscom.af.mil
(khanh.nguyen.7@us.af.mil, mark.george@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Battle Control System Branch (HBDB), Theater Battle Control Division (HBD), Battle Management Directorate, Air Force Life Cycle Management Center (AFLCMC) Hanscom AFB, MA intends to modify sole source contract FA8722-10-C-0001 with Thales-Raytheon Systems (TRS) for the Technical Data Link Interface Device (TDLID) replacement and integration to include a nineteenth (19) month period of performance. The BCS-F program transitioned to sustainment on 29 Nov 2012, and the fielded systems are currently being sustained through an ICS arrangement through 31 Jan 2014. The Source of Repair Assessment (SORA) document dated 18 Jun 2009 requires long-term sustainment support by a combination of organic depot (software maintenance) and CLS (hardware sustainment, integration, and training). The TDLID replacement effort, which is the subject of this contract action, will be incorporated as a contract modification under the CLS contract. The TDLID hardware is currently obsolete and all available spares and parts of spares have been procured. The operating system of the TDLID will be unsupportable as of Apr 2014 and all of the sparing components are expected to run out by 2QFY18. The program office assesses that only TRS has the specialized capabilities and qualifications to deliver required repairs/corrections, modifications, and configuration updates to BCS-F software, hardware, design documentation, training curriculum, and technical data to maintain a critical 99.98% availability as mandated in the ORD Annex: 20 Feb 2003 pages 34-35. Award to any other source will result in a substantial duplication of cost not expected to be recovered through competition. As the incumbent BCS-F development and ICS contractor, TRS is the only responsible contractor with the domain knowledge and technical insight into the integrated system design, configuration settings, and software interfaces necessary to satisfy the Government's requirements for continued support of the operational BCS-F capabilities for the TDLID replacement. For the TDLID replacement, internal software changes to the TDLID as well as Sentry TM software source code changes will be required, especially with regard to integration of data forwarding between Link 16 and Link 11 and Sentry TM timing constraints on high-capacity and high-speed links. TRS's intimate subsystem level knowledge regarding the BCS-F network designs will be required to successfully integrate the TDLID into BCS-F's dual-redundant LAN architecture. Additionally, TRS's knowledge and configuration maintenance of the BCS-F system's overall HW baseline, including rack designs and drawings, will streamline the incorporation of the new TDLID into the overall BCS-F system support documentation. This NOCA does not constitute an Invitation for Bids (IFB) or a Request for Proposals (RFP) nor does its issuance restrict the Government as to its ultimate acquisition approach; the Government will not reimburse firms for any costs associated with preparing or submitting a response to this notice. However, in accordance with FAR 5.207(c)(16)(ii), this does not preclude all responsible sources from submitting a capability statement, proposal, or quotation, which shall be considered by the agency. Questions concerning this requirement may be directed by email to Khanh Nguyen at khahn.nguyen.7@us.af.mil or to the procurement purchasing officer, Captain Mark George at mark.george.1@us.af.mil. Contracting Office Address: 16 Barksdale Street Hanscom AFB, Massachusetts 01731 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2d79ff3e8349db111bdcbdd1133f862d)
 
Place of Performance
Address: Thales-Raytheon Systems, 180 Hughes Dr, Fullerton, California, 92833-2200, United States
Zip Code: 92833-2200
 
Record
SN03291570-W 20140221/140219234959-2d79ff3e8349db111bdcbdd1133f862d (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.