|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1999 PSA#2414SPAWARSYSCEN-Charleston, PO Box 190022, N. Charleston, SC 29419-9022 R -- ENGINEERING & TECHNICAL SERVICES FOR ADVANCED TECHNOLOGY PROGRAMS
SOL N65236-99-R-0576 DUE 091099 POC Patricia W. Godwin, Code 1117PG,
(843) 974-5920/Contracting Officer, Bill Thomas WEB: SPAWARWSYSCEN
Charleston, http://www.nise.spawar.navy.mil/NISEEAST/Codes/10/rfp.html.
E-MAIL: godwinp@spawar.navy.mil, godwinp@spawar.navy.mil. This sources
sought announcement is issued for the purpose of identifying sources
available to provide system life cycle support for cryptologic,
intelligence, and communications warfare programs that either directly
support or relate to the overall Command Control Communications,
Computers, Intelligence, Surveillance and Reconnaissance (C4ISR)
program. The purpose of this contract will be to provide program
management, system modeling and simulation, analysis, design, software
and hardware development, integration, live "on-air" test and
evaluation, and prototype/limited production efforts directed towards
C4ISR Cryptologic, communications and intelligence systems. Supporting
emphasis will be given to the analysis, design, development, and
integration of intelligence collection assets such as direction finding
systems and specialized surveillance radars and exploitation systems
that provide information to the intelligence community. Similar
emphasis will be accorded the C4ISR processing component and its close
relationship to the intelligence communications component. The major
programs serviced under this contract will be the PRIVATEER Tactical
Cryptologic System Program, Ship's Singal Exploitation Equipment (SSEE)
Program, CLASS TROLL Submarine System, SILENT SHIELD, RIGEL
(Counter-Drug Unit), Joint Threat Warning System (JTWS), Signals
Research and Target Development (SRTD) Program. The contractor shall
design, develop, integrate, install and support test and evaluation,
and life cycle support for these programs. The contractor must have
experience developing C++software, MOTIF user interfaces, and TCP/IP
communications for cryptologic applications. The contractor shall also
have experience in cryptologic system fabrication, integration,
installation, and test and evaluation. The contractor must have
experience with VXI/VME technology and equipment. The contractor must
be familiar with the systems that interface with the programs as well
as the technologies and applications that are planned for incorporation
into the various programs. The contractor will be responsible for
developing advanced training methodologies and documentation to ensure
satisfactory operator proficiency and familarization with the deployed
systems. Personnel with current Single Scope Background (SSBIs)or
(SBIs) are required at contract award to preclude delays in task
execution. Respondents should summarize their experience relative to
the listed programs. Experience summaries should include program name,
award date, and should clearly identify your role as either the Prime
or the Subcontractor. Experience summaries should be no longer than
five pages in length. Performance of work will take place in the
contractor's facility, the contractor's laboratory or as s pecified on
each individual task order. Facilities and Security -- Respondents
should have the ability to provide a total working space of at least
15,000 square feet of an environmentally controlled area. Due to the
nature of the required support work, the contractor shall have an
engineering office within a 10 mile radius of the SPAWAR Systems Center
Charleston to facilitate coordination and provide on-site technical
support. This office, must as a minim, contain a meeting/conference
room equipped with a minimum of two (2) six-foot white boards,
conference tables with a seating capacity for sixteen personnel and one
(1) telephone and telephone line with speakerphone capability. The
minimum floor space requirements for this office shall be at least
10,000 square feet. SECURE Facilities -- Security constraints necessary
to support integration, test and evaluation functions require that the
contractor shall have laboratory space of at lest 1,500 square feet
certified by the Defense Investigative Service (DIS) as a limited
access restricted area." Security constraints necessary to support
technical meetings require that the contractor shall have at the time
of proposal submission a conference area of at least 600 square feet
certified by DIS as "limited access." Security constraints necessary to
support engineering analysis and computing, technical management, and
non-laboratory engineering activities require that the contractor shall
have a secure engineering workspace of at least 500 square feet
certified by DIS as "secret closed area." Respondents should describe
present and planned facilities (in close proximity to SPAWAR Systems
Center Charleston) -- providing the following information as a minimum:
location, square footage, laboratory support capabilities including the
possession of Test and Evaluation assets capable of assuring the
effective integration of network, direction finding and switching
modules, etc., into equipment racks, interconnecting these component
devices and developing the software necessary for proper operation and
control. At the time of proposal submission a Secret Facility
Clearance is required authorizing access, generation and storage of
SECRET material. Personnel Qualifications -- Because of the broad range
and advanced technology of the activities to be supported under this
contract, the Government requires the contractor to provide highly
skilled and experienced personnel in several specific disciplines for
management and engineering/technical roles. At the time of proposal
submission a minimum of ten (10) of the proposed management/engineering
level staff shall possess Sensitive Compartmented Information (SCI). In
order to ensure timely transition, a minimum of five (5) of the staff
with current SSBI's or SBI's must have been successfully adjudicated
for Sensitive Compartmented Information (SCI) access under a Government
program. Any additional corporate information may be included. This
announcement is only an expression of interest. Future requirements and
procurements are uncertain. The Government does not intend to award a
contract on the basis of this announcement. For further technical
information contact Thomas R. Williamson, Code 711TW, at (843)
974-5724. All information supplied should be mailed to Space and Naval
Warfare Systems Center, Charleston, PO Box 190022, North Charleston,
SC 29419-9022, Attn.: Code 1117PG to arrive no later than 10 September
1999. Posted 08/18/99 (W-SN369471). (0230) Loren Data Corp. http://www.ld.com (SYN# 0090 19990820\R-0023.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|