Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1999 PSA#2414

SPAWARSYSCEN-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