The Distributed Mission Operations Center (DMOC) requires the purchase of a representative Battlespace Command and Control Center (BC3) system (with associated hardware and maintenance /installation support) to meet warfighter exercise training requirements. The software will allow the DMOC to provide training for Air Battle Managers, Air Battle Technicians and combat aircrews supporting Weapons School, Virtual Flag, Operational Test missions, Joint Kill Chain and Large Force Employment missions in preparation for combat deployments.
REQUIREMENTS:
The Contractor shall provide a transportable server system consisting of one rack mount case with one server and one pull out monitor configured for local access to the servers. Additionally, the Contractor shall provide eight client workstations configured with a single 24in Monitor and 2 port network interface card. The software and hardware must be installed by 31 March, 2013. The one-year support will be for one year from date of installation. Due to the security requirements of the facility/system, installation and onsite support must be performed by SECRET cleared personnel. The contractor must demonstrate evidence of past experience and a clear understanding and technical knowledge in the following areas: (1) Tactical Display Framework (TDF) Licenses; (2) Multi-Source Correlator Tracker (MSCT) Licenses; (3) demonstrated ability to conduct system-level testing, (4) immediate access to SECRET facilities and the immediate availability of cleared (secret level) personnel to work on this contract
THIS NOTICE IS NOT A REQUEST FOR QUOTE (RFQ).
The North American Industry Classification System (NAICS) code for this acquisition is 541512, and the size standard for small business is $25M. Interested companies shall provide a capabilities statement no longer than 2 pages in length. Catalogs are also welcome outlining product line.
The Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this synopsis. Firms responding to this announcement must be registered in the Central Contractor Registration (CCR) and should include company name, cage code, point of contact, address and indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business. The Government reserves the right to consider the acquisition for the 8(a) program based upon responses received to this sources sought announcement.
Vendors shall submit responses via email (preferred) to [email protected] or by facsimile at (505) 846-8925, NLT 12:00 noon MDT, Friday, 10 August 12. Point of Contact(s): Sonja Marsh, Contract Specialist, Phone (505) 846-1369 or Rafaela Kovacs, Contracting Officer, Phone (505) 846-7691, Email [email protected].