|
COMMERCE BUSINESS DAILY ISSUE OF MAY 16,1996 PSA#1596HQ ESC/ENK, 5 Eglin Street, Bleg. 1704, Hanscom AFB, MA 01731-2116 58 -- COMMAND AND CONTROL PRODUCT LINES SOL F19628-95-R-0059 DUE
080296 POC Robert Webster, CCPL Program Manager, 617-377-4915; Michael
Garrish, Contracting Officer, 617-377-3858; Walter Ronten, Negotiator,
617- 377-8474. ESC intends to solicit proposals on or about 17 June,
1996 for the Command and Control Product Lines (CCPL) contracts. CCPL
is an ESC initiative to reduce the development initiative to reduce the
development time and costs associated with command and control (C2)
acquisitions through the development of flexible C2 architectures
populated with reusable software components. CCPL will address three
domains within C2: Data Fusion and Analysis, Command Centers, and
Mission Planning, Simulation, and Modeling. Using reusable software
engineering technology, C2 architectures, and rapid prototyping
techniques, a CCPL developer can quickly integrate tested components
into C2 systems. The objective of CCPL is to quickly reconfigure, or
develop if necessary, individual components into proof-of-concept
prototypes and deliverable first article systems that satisfy specific
C2 requirements of operational users. CCPL developers may also be
tasked to fully develop, integrate and field complete systems produced
under CCPL. CCPL will build upon the foundation provided by the Air
Force Portable, Reusable, Integrated Software Modules Program.
Successful offerors will have extensive expertise in software
development, systems integration, open systems standards, multi-level
security, and multi-contractor development. ESC intends to award
multiple Task Order contracts for this effort. Period of performance
will be 5 years from the date of contract award. The total program
ceiling is $1.5 Billion.$100 Million 100 Contractors will operate in a
team arrangement in a jointly operated software development center
located at Hanscom AFB. The joint development center will develop the
common architecture, generic reusable software modules, and develop
proof of concept prototypes for specific systems (core effort). The
core effort portion of the contracts shall be on a Cost-Plus-Fixed-Fee
basis. Development of the final systems prototypes and system fielding
tasks will be awarded to individual contractors as competitive task
orders. The competitive task orders may be placed on a
Cost-Plus-Fixed-Fee, Firm Fixed Price, or Cost-Plus-Award-Fee basis.
ESC intends to use the Software Capability Evaluation (SCE) method
developed by the Software Engineering Institute (SEI) to evaluate the
current software process capability of each offeror (See Capability
Maturity Model for Software, Version 1.2, CMU/SEI-93-TR-24, February
1993. This document is available through the Defense Technical
Information Center, Attn: FDRA, Cameron Station, Alexandria, VA
22304-6145). Each offeror is intended to be evaluated through the
''Defined'' maturity level and on their software process improvement
program. All offerors wishing to receive the Request for Proposal
package must send their request in writing to Mr. Walter Ronten,
ESC/ENK, 5 Eglin Street (Building 1704), Hanscom AFB, Massachusetts,
01731-2216. Transmittals by FAX to number (617) 377-7033 will be
accepted. Respondents must indicated if they are a small, small
disadvantage, large, Section 8(a), or women owned business concern.
Respondents must also indicated if they are a United States or foreign
owned entity. In order to expedite the acquisition process, Software
Capability Evaluations may be scheduled and conducted prior to receipt
of proposals. Please indicate if you would accept an early SCE. You
may also request that the Government use an existing SCE from your firm
that was performed during source selection for one of the following
acquisitions: (1) Global Combat Support Systems - Air Force, (2)
AN/FPS-117 Reliability, Maintainability, and Supportability (RMS)
Upgrade, (3) HF Radio Upgrade/Modernization (SCOPE COMMAND), (4)
Theater Battle Management Core Systems (TBMCS)., provided, (a) The SCE
was performed using the SCE Method, Version 2.0, and Capability
Maturity Model, Version 1.1, for and ESC conducted source selection,
(b) The SCE was conducted at the same business site which will propose
to do the software development for CCPL, (c) The SCE Team was
comprised of members from the ESC SCE Support Services Contract - AGCS,
Inc., or their subcontractor, TAI, (d) The SCE Team investigated all
the Key Process Areas (KPA) through the Defined Level and their nucleus
goals. The RFP will be is available on the Hanscom Electronic RFP
Bulletin Board (HERBB). HERBB can be accessed via computer and
14.4k9600 baud modem by dialing (617) 377-1487274-0500. Any questions
regarding HERBB should be directed to the RFP Support Organization at
(617) 377-5346. Replies to this notice should be submitted not later
than 15 days after publication in the CBD. This announcement is a
follow-on to a previous sources sought announcement published in the
CBD on July 10, 1995 (CBD issue No. PSA-1384). Respondents to the
sources sought announcement must also respond to this notice in order
to receive a RFP package. have been placed upon the sources list for
the CCPL solicitation and need not respond to this announcementA
reference room containing program documents is available at the
Phillips Laboratory Reference Library, 5 Wright Street (Building 1103),
Hanscom AFB. Please call Mr. Walter Ronten at (617) 377-84744618 for
further information. The ESC Ombudsman for acquisition is Colonel
Claude E. Messamore at (617) 377-5106. All responsible concerns may
submit an offer and all such offers will be considered without
prejudice. (0135) Loren Data Corp. http://www.ld.com (SYN# 0310 19960515\58-0001.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|