Inactive
Notice ID:AN_USC-28_001
This market survey notice is a sources sought for information ONLY, to be used for preliminary planning purposes. NO proposals are being requested or accepted with this synopsis. This is NOT a solicit...
This market survey notice is a sources sought for information ONLY, to be used for preliminary planning purposes. NO proposals are being requested or accepted with this synopsis. This is NOT a solicitation for proposals and NO contract shall be awarded from this survey. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. This Market Survey is to determine potential sources of support for subject system AN/USC-28(V) and Defense Satellite Communications System (DSCS) Electronics Counter-Countermeasures Control Subsystem AN/FSC-115 (DECS), and DSCS/CDECS, Central Component (CC)/DECS Remote Component AN/GSC-63 (RC). The contract shall potentially include the following sustainment tasks for Depot and field level Overhauls and Repair (O&R) services: Field maintenance support using Field Maintenance Technicians (FMT); Engineering services; Software Support Services for the AN/USC-28(V) Satellite Communications Set (SCS); and when necessary, if affecting or effected by the CECOM Software Engineering Center (SEC), the life cycle software support for Mission Critical Defense Systems (MCDSs). The goals of the SEC for this contract are to: 1) establish/maintain Post Production Software Support (PPSS) for fielded systems, and 2) provide software engineering support for systems both deployed and under upgrade. The contractor shall support the PPSS for both the AN/USC-28(V) Satellite Communications Set (SCS) and DSCS /CDECS with the PPSS efforts. In addition, this acquisition will also continue to provide resident site support, (fault isolation, corrective action, engineering support and testing), through Field Maintenance Technicians (FMTs) for the subject equipments. The FMTs will support site personnel which are required to maintain fielded systems worldwide. No more than 2 manned sites will support various CONUS locations. The Contractor's Systems Engineering Staff will provide analytical support to the FMTs on-site problems, and duplicate and suggest corrective action for system anomalies reported by the FMTs. In addition, all Depot maintenance, repair, rebuild, overhaul and redeployment required to correct said anomalies will be accomplished. The Government did not acquire a Level III drawing package which would be used for in-depth troubleshooting and engineering analysis of system problems and anomalies. Furthermore, the proprietary nature of much of the technical data precludes the availability of such drawings (i.e., a complete technical data package) necessary to provide the detailed Depot level and site engineering support for the systems for which this contract is intended. This PPSS support will consist primarily of the correction of software defects/deficiencies/errors, and the implementation of software refinements and enhancements to the operational and support software for these systems. Contractor shall include documentation strategies that they may use to overcome the lack of Technical Data. Contractor shall provide a CAPABILITIES DOCUMENT which should demonstrate their abilities in handling the engineering support, depot repair support and FMT support required to support a legacy system originally fielded in 1974. Document should indicate what other systems they have had contracts on and how they handled these issues; especially engineering of legacy systems over 30 years old. This contract will establish the requirements for a level of effort with a one year base contract, and four one year options, (i.e., year 2021 plus Option years 2022-2025), for the acquisition of PPSS and all other efforts concerning the systems. A respondent must be able to prove to the Government how Depot level and field problems can be identified and corrected without the aid of detailed design drawings. A written response must include evidence of the respondent's ability to support the described equipment.