Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 19, 2001 PSA #2810
SOLICITATIONS

D -- INTELLIGENCE LOCAL APPLICATIONS SUPPORT

Notice Date
March 15, 2001
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
ZIP Code
68113-2107
Solicitation Number
F25600-01-R-5023
Response Due
June 6, 2001
Point of Contact
Jeanne Fairley, Contract Specialist, Phone 402-294-4505, Fax 402-232-6578, Email jeanne.fairley@offutt.af.mil -- Jeffrey Kasza, Contract Specialist, Phone 402-294-6156, Fax 402-294-7280, Email
E-Mail Address
Jeanne Fairley (jeanne.fairley@offutt.af.mil)
Description
Intelligence Local Applications Support for USSTRATCOM/J2, Offutt AFB, NE. 55 CONS intends to award a cost plus award fee contract with a base period of twelve to fourteen months with four option years. AFFARS 5315.3 will be utilized for a Basic Type Source Selection. The Standard Industrial Classification (SIC) Code is 7376. North American Industry Classification System (NAIC) is 541513, size standard is 18 mil. The proposed contract is set aside as a 100% competitive 8(a) set-aside. This is not a commercial solicitation per FAR Part 12. Anticipated release of solicitation is 7 May 2001. A Past Performance Questionnaire will be required to be completed and submitted as a part of the proposal. Address questions via e-mail to the contracting officer. Jeanne K. Fairley, Contracting Officer, Phone 402-294-4505. Fax 402 232-6578. E-mail Jeanne.fairley@offutt.af.mil. The Government has a requirement for software applications development, maintenance, operational support, quality assurance, testing, and configuration management, to include enhancement, modification, and integration of intelligence applications, scripts and databases, in support of the intelligence mission. The predominant change in current systems supporting the USSTRATCOM mission is the evolution to a web-based architecture. It will involve maintenance of locally developed applications and scripts to more effectively and efficiently support the USSTRATCOM mission. Another change is the integration of more national systems into the USSTRATCOM Intelligence Local Applications Support (ILAS). This evolution requires support for scripting effective interfaces into and out of the USSTRATCOM ILAS. The ILAS is a distributed, client-server communications-computer system comprised of various segments. Each segment within the USSTRATCOM ILAS is identified by the primary functional activity being supported by the projects and communities of interest within each segment. The current segments are identified as follows: Infrastructure (communications and support services, message handling, exercise and training support); collection management; dissemination; planning and direction; production (general military intelligence, imagery, indications & warning, target intelligence, geospatial information & services). Offers will be required to meet the following requirements: (1) Knowledge of accepted industry practices and standards such as the Institute of Electrical and Electronics Engineers (IEEE)/Electronics Industry Association (EIA) 12207, _Information Technology-Software Life Cycle Processes,_ as the guidelines for software life cycle management. (2) Working knowledge of the following software languages: Ada, C & C++, Client/Server Application Support Services (CSASS), Graphical Query Language (GQL)/BI Query, HTML, JavaScript, Makefile, Motif, Perl with Perl/TK, Shell Scripting, Structured Query Language (SQL), Structured Query Report Language (SQR), and Sybase Open Client and Open Server. (3) Working knowledge of Computer Security (COMPUSEC), Emission Security (EMSEC), Communications Security (COMSEC), and Security, Awareness, Training and Education (SATE) programs. (4) All personnel must be currently SCI indoctrinated, have a current Single Scope Background Investigation (SSBI) and TOP SECRET with Defense Industrial Security Clearance Office (DISCO), or be SCI eligible. No waivers will be considered. In addition, applicant shall have a TOP Secret Clearance based on a favorable SSBI completed within the past 5 years. (5) Understand current United States Strategic Command mission. All services will be performed in the LeMay Building (Bldg 500), Offutt AFB NE (USSTRATCOM). A two-month transition period may be scheduled at the discretion of the government to begin 1 August 2001 with contract performance to begin 1 October 2001. This transition period will allow a new contractor the opportunity to work side by side with the incumbent contractor and become familiar with systems, applications, Intelligence Systems Division processes, and key personnel from the government and other contractors
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F25600-01-R-5023&L=601)
Record
Loren Data Corp. 20010319/DSOL003.HTM (D-074 SN50G3C3)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on March 15, 2001 by Loren Data Corp. -- info@ld.com