|
COMMERCE BUSINESS DAILY ISSUE OF MAY 4,2000 PSA#2593ESC/MCK, MILSATCOM Terminals Program Office, 50 Griffiss Street Hanscom
AFB, MA 01731-1620 58 -- SATELLITE COMMUNICATIONS GROUND MULTI-BAND TERMINAL SOL
F19628-00-R-0043 DUE 051700 POC Bill Donaldson (781) 271-6091, Joe
Zimmerman, Contracting Officer, (781) 271-6279 WEB: ESC Business
Opportunities Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click
Here to E-mail the POC, bill.donaldson@hanscom.af.mil. This is a
Sources Sought Synopsis for the Satellite Communications Ground
Multi-Band Terminal. POC: Mr. Joe Zimmerman, Contracting Officer, (781)
271-6279. Reference previous Request for Information (RFI), Record
Number: 2321PR580001, Title: Satellite Communication Terminals Request
for Information, CBD Issue date: 04/09/99. The MILSATCOM Terminals
Program Office, ESC/MCK, at the Electronics Systems Center, Hanscom
AFB, MA is seeking potential Offerors. The Government wishes to
determine the technical maturity and capability of respondents'
candidate terminals for the Ground Multi-Band Terminal (GMT) (hereafter
referred to as "candidate terminal"). The Government intends to conduct
a one -- (1) day site visit with each viable potential Offeror.
Viability will be based on the ability of the candidate terminal to:
(1) meet the requirements contained in the GMT Technical Requirements
Document (TRD) as evidenced by the Offeror's submission of TRD comments
and (2) meet operational requirements as evidenced by the Offeror's
submission of the completed GMT Operational Requirements Document (ORD)
matrix. These documents can be found on the Hanscom Electronic RFP
Bulletin Board (HERBB). Potential Offeror's are instructed to
periodically check HERBB for document updates. The Government and the
Offeror will mutually agree upon the date of the visit. The site visit
should consist of the following activities: an oral presentation and
a candidate terminal demonstration. The oral presentation should not
exceed five (5) hours. The demonstration should not exceed two (2)
hours. At the completion of the demonstration, respondents should be
prepared to conduct a final question/answer session not to exceed one
-- (1) hour. Prior to the site visit, respondents should complete the
GMT ORD matrix, provide comments to the TRD and submit both to ESC/MCK
NLT 17 May 00. As part of the oral presentation, respondents should
describe in terms of capability, cost and schedule (for all
configurations, versions, and external antennaas defined in the GMT TRD
and ORD matrix): (1) the extent to which their existing candidate
terminal meets the GMT requirements, (2) on-going contractual and
independent research and development (IR&D) efforts that may result
in additional capability that meets or exceeds the requirements and,
(3) effort necessary to evolve their candidate terminal to meet all of
the requirements. The Offeror's capability discussion should highlight
TRD/ORD matrix disconnects. The Offeror's cost discussion should
address both production and development costs. High-risk areas (e.g.,
reliability, software development, Ka-Band hardware
development/certification, and antenna development) should be
addressed. Note: Requirements for external antenna haven't been fully
defined. Government welcomes industry input regarding external antenna
requirements. Respondents should also address: (1) LOGISTICS SUPPORT:
Describe the approach to providing an Integrated Logistics Support
(ILS) program minimizing life cycle cost and supporting a 2-Level
maintenance concept (Organizational Level (O-Level) and Depot Level
(D-Level)), (2) MANUFACTURING AND PRODUCTION: Describe production
capacity and manpower available to support the production of the
candidate terminal -- this should be done in regards to the
respondent's other contractual commitment, (3) MANAGEMENT AND
DOCUMENTATION: Make documentation (e.g., product specification,
technical manuals, drawings, certifications, test reports, etc.)
available as evidence of product maturity -- respondents should also
describe their standard process and management controls and how they
are used for programmatic and technical management (e.g., certified
"earned value" system and/or a Software Engineering Institute (SEI)
Capability Maturity Model (CMM) assessment rating) and, (4)
CERTIFICATION: Provide evidence of certification for the existing X,
Ku, and C bands -- if certification in these bands has not yet been
obtained, the respondent should present their plan to obtain such
certification. The candidate terminal demonstration should reinforce
and verify the information provided in the oral presentation with a
heavy emphasis on the threshold requirements outlined in the GMT TRD
and ORD matrix. Additionally, respondents should provide a
demonstration of any Computer-Based Training (CBT). The Government is
interested in CBT that provides hands-on training and student feedback,
and that can be conducted on the terminal control lap top computer. The
SIC Code for this acquisition is 3669 and the size standard is 750
employees. Respondents to this Sources Sought Synopsis should identify
whether they are a large or small business and provide their company's
name, address, telephone number, and a Point of Contact (POC). Any
proprietary information submitted should be identified as such. The
Government will not reimburse respondents for any cost associated with
submission of the information being requested or reimburse expenses
incurred to interested parties for responses to this synopsis. This
synopsis does not constitute a commitment to order on the part of the
Government. Responses are to be mailed to ESC/MCK, 50 Griffiss St.,
Hanscom AFB MA 01731-1620, ATTN: Bill Donaldson. Acquisition
Specialist: Bill Donaldson (781) 271-6091, Contracting Officer: Joe
Zimmerman (781) 271-6279. Responses may be hand carried to the
following address: The MITRE Corporation, Lobby Bldg. M, 202 Burlington
Road, Bedford MA 01731-1420, ATTN: Bill Donaldson (ESC/MCK). Also, Bill
Donaldson (bill.donaldson@hanscom.af.mil) will accept e-mail responses.
No telephone responses will be accepted. An Acquisition Ombudsman,
Colonel Steven H. Sheldon, Director, Commander's Staff, has been
appointed to hear concerns from offerors or potential offerors during
proposal development. You should only contact the Ombudsman with issues
or problems you cannot satisfactorily resolve with the program manager
and/or contracting officer. The Ombudsman role is to hear concerns,
issues, and recommendations and communicate these to the appropriate
government personnel. The Ombudsman will maintain strict
confidentiality if desired. The Ombudsman does not evaluate proposals
or participate in source selection. You can contact the Ombudsman at
(781) 377-5106. See Note 26. Posted 05/02/00 (A-SN450303). (0123) Loren Data Corp. http://www.ld.com (SYN# 0223 20000504\58-0011.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|