Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 11,1996 PSA#1571

Electronic Systems Center, Intelligence and C3CM Systems Division (ESC/ICK), 50 Griffiss Street, Hanscom AFB, MA 01731-1619

58 -- RECONNAISSANCE/INTELLIGENCE GROUND SYSTEMS (R/IGS) PRODUCTS AND SERVICES (RPS) POC Diane O'Neil, Contract Specialist, 617-377-7349 or Daniel Gorman, Jr. Contracting Officer, 617-271-8846. SOURCES SOUGHT. Reconnaissance/Intelligence Ground Systems (R/IGS) Products and Services Program (RPS). SOURCESources SOUGHT SYNOPSIS for the acquisition of the Reconnaissance and Intelligence Products and Services. All inquiries shall be directed to Ms. Diane O'Neil, Contract Negotiator, 617-271-7349. The contracting officer is Mr. Dan Gorman, 617-271-8846. The Government is interested in purchasing Reconnaissance and Intelligence Ground Systems compliant with the Common Imagery Ground/Surface Systems (CIG/SS) Commercial Off-the-Shelf (COTS) based open systems architecture standards developed by the Defense Airborne Reconnaissance Office (DARO). These products and services will encompass at least the following areas: 1) Design solutions integrating COTS/GOTS products, prototyping, testing and fielding of national, tactical and theater imagery ground systems and subsystems with communications and data links, 2) Site surveys, site integration and installation, 3) Evaluation and implementation of COTS upgrades, 4) Logistics support and sustainability, 5) Evaluate interface changes (e.g. RFCs). Potential products may include: Tactical Exploitation Group (TEG), Tactical Input Segment (TIS), Squadron Ground Stations (SGS) and Unmanned Aerial Vehicles (UAV) Ground Stations. An industry day was conducted on 19 March 1996. Discussions regarding program requirements and their associated risks were conducted during the industry day and during one on one discussions with the Government. The Government requests interested offerors submit a statement of their qualifications ESC/ICK, 50 Griffiss Street, Hanscom AFB, MA, 01731-1619, ATTN: Ms. Diane O'Neil. Sources should indicate their intention to be either prime or subcontractor. Sources interested in being a subcontractor should briefly identify their experience and expertise only in a one to two page response. Names and points of contacts from each potential subcontractor will be distributed to all interested sources. Sources interested in being a prime contractor shall respond by indicating their ability to meet the following screening criteria: 1) Have staff personnel with TS/SCI and SAR clearances and facility and storage capability (CIGSS lab, system integration and office space) in accordance with the Industrial Security Manual by contract award, 2) Past experience in designing, building and integrating COTS hardware and software in various user Imagery/Intelligence platforms, 3) Specific knowledge and understanding of the intelligence cycle as it applies to National, Tactical and Theater systems, 4) Understanding of the CIG/SS standards and architecture as it currently exists and where it is going. The specific understanding of CIG/SS will be demonstrated by submission of a white paper (not to exceed ten pages), which assesses the CIG/SS ORD against the CIG/SS architecture and identifies potential cost drivers and risk areas. Copies of the CIG/SS ORD will be made available to personnel with the appropriate clearances from firms interested in being the prime contractor. Interested firms should also indicate whether they are a large or small business. Interested offerors who respond with their intention to be a prime contractor, will be evaluated against the screening criteria. Those not meeting the screening criteria will be invited to discuss with the Government their ability to meet the requirements as prime contractor. In accordance with FAR 6.302-6, foreign participation on this contract as prime contractor is not authorized. Responses must be received no later than 23 Apr 96, and should not exceed more than five one-sided (10) pages, including attachments, excluding the CIGSS white paper. An offeror's library is open and located at Phillips Lab on Hanscom AFB, MA, and will be accessible to contractors by appointment, Monday through Friday, 0900 to 1600, excluding holidays and the first Friday of the month. Appointments must be made at least five (5) days in advance of the desired appointment date. Unclassified information is available via the Hanscom Electronic Bulletin Board (HERBB). It can be reached by calling 617-271-0500 or via the Hanscom AFB World Wide Web page. Industry comments will be accepted via HERBB, via E-Mail at RPS@ICGW.HANSCOM.AF.MIL, or the contracting officer. This synopsis is for planning purposes only, and does not constitute an IFB or an RFP, nor does its issuance restrict the Government as to the ultimate acquisition approach. The information you provide will be evaluated to identify qualified potential offerors. The Government does not intend to award a contract on the basis of this notice, or to otherwise pay for any information solicited. (0100)

Loren Data Corp. http://www.ld.com (SYN# 0207 19960410\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page