Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 4,2000 PSA#2593

ESC/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