Federal Bid

Last Updated on 27 Jun 2019 at 9 PM
Sources Sought
Langley South carolina

R -- Measurement and Signature Intelligence (MASINT)

Solicitation ID FA4890-06-R-0154
Posted Date 25 Jan 2007 at 5 AM
Archive Date 27 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Langley South carolina United states 23602
Headquarters Air Combat Command (HQ ACC) plans to recompete its contract for integrating Measurement and Signature Intelligence (MASINT) within the Air Force Distributed Common Ground System. The Contractor selected to fulfill the requirements of this PWS shall be required to operate integrated MASINT capabilities within AF DCGS. Specifically, the Contractor shall maintain the detailed framework upon which thorough operational planning and system development is accomplished. The end result is to maintain the established functional/program management, maintain and implement Concepts of Operations (CONOPs)/Tactics, Techniques and Procedures, maintain the TPED capability/capacity commensurate with current and future sensors, and establish a training program. More specifically the Contractor will focus on AF DCGS capability to handle MASINT tasking, processing, exploitation, and dissemination (TPED). The AF DCGS is a system of systems architecture composed of fixed and deployable, scalable and modular ISR ground station components that provide multi-source intelligence to the warfighter. These components are connected via a secure wide area network (WAN) to create a virtual multi-INT tasking, processing, exploitation and dissemination (TPED) environment. The system employs a concept of data distribution, information sharing and collaborative work centers. The AF DCGS is part of the overall DoD DCGS architecture. The AF DCGS is worldwide; with core location Distributed Ground Systems (DGSs), remote sites, and the DCGS Processing Exploitation, and Dissemination System (PEDS) Architecture (DPA). The system simultaneously tasks and receives, processes, exploits and disseminates data from national, theater, tactical, and commercial collection assets in a distributed environment. It supports national, joint, combined, and AF operations. It is capable of forward deployed, distributed (split-based), and in-garrison reachback operations. All services requested under this contract are non-personal in nature. The anticipated contract award date is Jan 07. The performance period is projected to be a 9 month base period with 4 one year option periods. If determined in the best interest of government, options will be exercised NLT 1 Oct of each new fiscal year. A Firm Fixed Price with Cost Reimbursable Line Items is planned. The solicitation will be issued as a Request for Proposal (RFP) utilizing Federal Acquisition Regulation, Part 15, Contracting by Negotiation. This acquisition is unrestricted. The government seeks to award to an offeror who gives the Air Force the greatest confidence that it will best meet the requirements affordably by using Performance Price Trade Off in accordance with AFFARS 5315. The RFP is planned to be posted on Federal Business Opportunities (FedBizOpps) world wide web site www.fedbizopps.gov on/or about 25 Sep 06. All responsible sources may submit a proposal, which will be considered.
Bid Protests Not Available