UNITED24 - Make a charitable donation in support of Ukraine!

Space

[Commerce Business Daily: Posted January 21, 1998]
From the Commerce Business Daily Online via GPO Access
[cbdnet.access.gpo.gov]
PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: ESC/NDM, 11 Eglin St., Hanscom AFB, MA 01731-2120
SUBJECT: 58--ICBM LAUNCH CONTROL CENTERS (LCC) EXTREMELY HIGH
  FREQUENCY (EHF) SYSTEM (ILES)
SOL N/A
POC Capt. Bill Graham, Project Manager, 781-377-5418; Capt. Dwayne
  Sellers, Contracting Officer, 781-377-7746
DESC:  This is not a solicitation, but for planning purposes
  only. Please see the Request For Information published on 31
  Jan 97 under the heading "Integration of EHF communication
  capability into LCCs" for additional information. The United
  States Air Force requests information and is searching for
  industry sources for ILES. This acquisition integrates an Extremely
  High Frequency (EHF) satellite communication (SATCOM) capability
  into the Intercontinental Ballistic Missile (ICBM) Launch Control
  Centers (LCCs). ESC/ND is in the process of improving the end-to-end
  communications capability of the ICBM forces, by (1) adding
  the Modified Miniature Receive Terminal (MMRT) system to MINUTEMAN
  LCCs improving the timeliness and robustness of communications;
  and (2) installing the Defense Improved Emergency Message Automated
  Transmission System (IEMATS) Replacement Command and Control
  Terminal (DIRECT) system into Strategic Command Centers providing
  faster and more accurate injection of force direction messages.
  As the final element of this end-to-end system improvement,
  LCCs require an EHF SATCOM system to add an alternate and more
  timely means of receiving Emergency Action Messages (EAMs)
  and to provide an ensured Reportback capability. We are envisioning
  a complete systems approach meeting the user's end-to-end requirements
  by integrating an EHF SATCOM terminal into the LCC facilities
  with minimal impact to either facilities or other systems within
  the LCCs. The system should utilize existing EHF SATCOM terminal
  technology, including the use of commercial items to the maximum
  extent possible, keeping modifications to a minimum. The EHF
  SATCOM system must also be integrated into the test facilities,
  Missile Procedures Trainer (MPT), and Minuteman Enhanced Procedures
  (MEP) trainer. The MPT is an actual size copy of a LCC capsule
  with all systems either present or fully simulated (both hardware
  (HW) and software (SW)). The MEP will be a SW only simulation
  of the LCC systems. 57 operational, fully spared systems are
  projected, plus an additional 35 sites with either actual or
  fully simulated systems (13 MPTs, 20 MEP Trainers, and 2 SW
  development stations). Our preliminary schedule, assuming a
  decision is made to proceed with this concept, is for contract
  award in early FY 99, with Final Operational Capability (FOC)
  required by the end of 2003, but desired late 2002. The ILES
  must meet the following key requirements (the draft Operational
  Requirements Document (ORD) contained in an available data
  package contains a complete set of requirements): 1) Interoperability
  with the Joint Chiefs of Staff (JCS) EHF-Emergency Action Message
  (EAM) network including AF Reportback protocols and KGV-11
  net compatibility for EAM reception using the Earth Coverage
  (EC) beam, 2) Probability of Correct Message Receipt (PCMR)
  of at least 90% (goal: 99%), 3) Integration into the already
  existing Weapon System Control Console (WSCC) Higher Authority
  Communications/Rapid Message Processing Element (HAC/RMPE)
  system used at the LCCs to provide one integrated operator
  interface for all LCC systems, 4) Capability to be controlled
  with minimum operator involvement and while strapped into an
  LCC chair, 5) Nuclear Survivability. The anticipated budget
  for the ILES contract (including profit) is: 3600 funds (FY99:
  $8.5M; FY00: $18.2M; FY01: $8.5M) and 3080 funds (FY01: $32.0M;
  FY02: $18.7M; FY03: $8.8M). ILES must be procured using 1)
  an innovative plan to manage development, production, and sustainment
  maintaining clear visibility into cost, schedule, technical
  performance, and risk; 2) Total System Performance Responsibility
  throughout the life of the system with Cost As an Independent
  Variable (CAIV) and Best Value to obtain the most affordable
  system that meets the need of the Air Force and reduce overall
  life cycle cost; 3) ESC's Spiral Development concept ensuring
  frequent system prototyping and fielding for hands-on use and
  commenting by the operators throughout EMD and incorporating
  improvements into follow-on prototypes; 4) system engineering
  initiatives including Y2K, DII/COE, and the Joint Technical
  Architecture (JTA); 5) a single point of contact responsibility
  for overall program, sub-contract and associate contract performance
  to support all necessary program aspects, including such items
  as requirements allocations, interfaces, configuration control,
  and Government Furnished Equipment/Items (GFE/GFI); 6) efficient
  and timely internal and external communication processes to
  ensure maximum benefit from concurrent engineering with outside
  agencies; and 7) the development, maintenance and use of an
  Integrated Master Plan (IMP). Of particular interest is the
  following information: 1) Recommended contract type and CLIN/award
  fee structure taking into consideration the concept of Total
  System Performance Responsibility (TSPR) delegating program
  responsibility from EMD through the end of sustainment to the
  contractor. (NOTE: Under the Total System Performance Responsibility
  concept one contractor will have complete responsibility, with
  limited Government oversight, for the successful development,
  testing, production, and fielding of the system, and will provide
  sufficient logistics support during the sustainment phase,
  to include Level 1 and Level 2 maintenance, to ensure that
  all system performance criteria are met or exceeded for the
  life of the system at a reasonable cost), 2) address the possibility
  of having a single contract for EMD, production, and life-
  time sustainment or awarding an EMD contract with priced production
  options, 3) detailed schedules focusing especially on production
  and fielding taking into account the available budget, full
  funding laws, expected weather conditions, and ESC's Spiral
  Development concept of providing successive frequent prototypes
  to users for feedback into the development of the final operational
  product, 4) calculations showing ability to meet PCMR given
  a nuclear survivable antenna system, 5) estimates of required
  new and modified software for the terminal and HAC/RMPE as
  required, including type of change, LOC, and function, 6) extent
  to which commercial items (as defined in Part II of the Federal
  Acquisition Regulation (FAR)) are available to meet this effort,
  7) the extent to which ILES could be designed to minimize required
  operator control and without the need for a Remote Control
  Unit, and 8) methodology for meeting the nuclear survivability
  requirements. Interested parties are invited to submit two
  copies of a prospectus not to exceed 25 pages outlining their
  ideas. Classified information should be included as a separate
  attachment. The government will not reimburse contractor for
  any cost associated with preparing or submitting a response
  to this notice and is not obligated to return the prospectus
  or respond to comments. This is not a solicitation, but for
  planning purposes only. A contract will not be awarded from
  this announcement. This Sources Sought will be followed by
  a formal conference currently scheduled for 18 February 98
  at Hanscom AFB, MA. Please reserve your attendance by 5 Feb
  98. The Government maintains a web site with additional ILES
  information including a conference schedule at http://www.hanscom.af.mil/
  For questions, a copy of a draft data package, or to reserve
  attendance at the conference please contact Capt Bill Graham,
  ESC/NDM, 11 Eglin Street, Hanscom AFB, MA 01731-2120, phone
  (781) 377-5418 or FAX (617) 377-8553, or via e-mail at Grahamb@hanscom.af.mil.
  Please send all prospectuses to Capt Dwayne Sellers, ESC/NDK,
  11 Eglin Street, Hanscom AFB, MA 01731-2120. CBD responses
  are due no later than 20 calendar days from the date of this
  publication.
LINKURL: http://www.herbb.hanscom.af.mil
LINKDESC: ESC Business Opportunities Page
EMAILADD: sellersd@hanscom.af.mil
EMAILDESC: PCO's e-mail address
CITE: (D-021 SN160256)



NEWSLETTER
Join the GlobalSecurity.org mailing list