Federal Bid

Last Updated on 16 Dec 2008 at 9 AM
Sources Sought
Offutt air force base Nebraska

SACCS requirement to include engineering, logistics, and network security support for the SACCS weapon system.

Solicitation ID FA8204-09-C-ABCD
Posted Date 17 Nov 2008 at 5 PM
Archive Date 16 Dec 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc / Afsc / Afnwc - Hill Afb
Agency Department Of Defense
Location Offutt air force base Nebraska United states

Market Research is being conducted to see if there are any potential contractors, in addition to ITT Communications Systems, who have the skills and knowledge required to complete this effort. This acquisition is for continuous engineering, logistics and network security services in support of the 465L Strategic Automated Command and Control System (SACCS) weapon system, Intercontinental Ballistic Missile (ICBM) System Program Office, Ogden Air Logistics Center (OO-ALC).
The Air Force is in the process of preparing a justification and approval document to gain the required approval to issue a sole-source request for proposal to ITT. This effort will include engineering, logistics and network security support for the SACCS weapon system to include labor, travel/subsistence and material to support Hill AFB, HQ AFSPC, USSTRATCOM at Offutt AFB and at various other locations, in the following areas: Provide continuous engineering support, logistics and network security services to the SACCS weapon system.
SACCS includes unique equipment design and complex subsystem interfaces involving communications and data processing equipment of aging technology and complex architecture. The SACCS data processing unit (DPU) is a modified version of the IBM Series/1 computer. The programming language is IBM CS-1 macro assembler language. The operating system consists of an Internal Access Control Mechanism (IACM). The DPU and IACM were created specifically for SACCS to be approved by the National Security Agency as capable of providing the secure features needed to support the handling of Top Secret information.
Engineering/Technical services will include: investigating, surveying, analysis, assessing, testing, verifying, validating, designing, developing engineering models, integrating hardware and software solutions, conducting evaluations to define technical deficiencies, identify/resolve SACCS maintenance and operational procedures, operational and maintenance training support, track and configure all circuits within the network ensuring optimal configuration, provide quick reaction engineering/logistics support to deployed locations, monitor health and performance of system, detect and direct actions to correct systemic problems, evaluate configuration management changes, verify technical order changes/revisions for accuracy, perform technical performance and cost trade-off risk analysis, identify and evaluate parts substitution for fit/function, identify and eliminate technical deficiencies within the 465L Weapon System to assure end-to-end integrity and Nuclear Technical Performance Criteria is satisfied.
Network Security services will include: perform as the Information Assurance Manager (IAM) for the 465L Weapon System and accomplish security tasks as required by the National Industrial Security Operating Manual (NISPOM), Director of Central Intelligence Directives (DCIDs) for the administration and safeguarding of U.S. Government classified information as it pertains to the 465L Weapon System, classified networks, standalone computer systems and data encryption. Provide all aspects of DoD Information Assurance Certification and Accreditation Process (DIACAP) for multi-level secure message traffic system to include identification and analysis of system threats and vulnerabilities to the information system and its data to maintain an appropriate level of protection. Analyze and document vulnerability attacks on classified computer systems and networks to ensure that the security controls in place provide the required protection, and provide recommendations and direction to improve security controls.
Subject to the government's considerations, a viable source, which is not qualified to provide the requisite services, will submit a concise and program specific response presenting sufficient information to substantiate that they have (1) the necessary knowledge and understanding of the requirements; (2) facilities and employees with satisfactory qualifications (Top Secret security clearances required); and appropriate management and engineering experience with the SACCS and/or similar systems and be able to conduct the engineering/technical requirements without technical, schedule, or cost risk. In addition, a viable source, which is not currently qualified, will conduct a demonstration of capability prior to award of contract. ITT is the only current qualified source to the engineering/technical services identified hereunder. The response shall describe the potential offeror's qualifications in the following areas: (1) SACCS weapon system program. Describe current and past SACCS related programs conducted by the potential offeror and its relevance to the services described herein. (2) Management System. Describe the management approach to be employed on the program. (3) Personnel Experience. Describe the qualifications of personnel projected to work on this program. Management, engineering and technical personnel should have experience on the SACCS and/or similar systems, including the details of those program/contracts worked. (4) Facilities. Describe those facilities to be provided to the contractor's personnel to encourage optimum performance on the required tasks. (5) Demonstration of capability. Describe the plan (and schedule), prior to contract award, that demonstrates the potential offeror's capability to perform the tasks required. The proposed contract action is for supplies and services for which the government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. This sources sought synopsis is for information and budget planning only and does not constitute a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice. Potential offerors may identify their interest and capability by responding to this requirement and submitting two (2) copies of an unclassified response (limited to 30 pages) within 15 days after publication of this notice to 6014 Dogwood Ave Bldg 1258 rm 26., Hill AFB, UT 84056-5816, Attn: Dustin Huler or to [email protected]. Information received will be normally considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that Small Business firms or others interested in subcontracting opportunities in connection with the desired procurement make contact with the firm listed. Requests for further information regarding this announcement should be directed to the Contracting Officer. No telephone or FAX requests. Only written requests received directly from the requestor are acceptable.

Bid Protests Not Available

Similar Past Bids

Washington 14 Jun 2017 at 9 PM
Location Unknown 05 Mar 2014 at 4 PM
Location Unknown 08 Aug 2019 at 2 PM
Offutt air force base Nebraska 21 Jun 2002 at 5 AM
Location Unknown 18 Jun 2014 at 5 PM

Similar Opportunities

Hill air force base Utah 10 Jan 2026 at 5 AM (estimated)
Hill air force base Utah 19 Aug 2025 at 8 PM
Hill air force base Utah 19 Aug 2025 at 8 PM
Valencia California 26 Jul 2025 at 4 PM