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