The RFP Database
New business relationships start here

Depot Logistics Support (DLS) for Command and Control Switching System (CCSS)


Utah, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

1. NOTICE
This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.
The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 811213 which has a corresponding Size standard of $11M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.
2. Program Details
AFLCMC/HBZKB is requesting information from interested sources about a potential requirement for Depot Logistics Support for the Command and Control Switching System (CCSS). The current contract was awarded on a sole-source basis to Raytheon Co. Raytheon is the Original Equipment Manufacturer (OEM) of the CCSS switches and most peripheral equipment. Raytheon has supported this requirement under 6 similar contracts for the past 31 years. The Government has limited rights to the CCSS data.


CCSS is an advanced multilevel precedence digital telecommunication switching system developed for command and control, requiring highly reliable secure communications. These systems serve as the backbone for the Defense Red Switch Network (DRSN) and provide complete feature service to a community of users in a secure communication environment. The CCSS is designed as a modular, expandable, high-isolation, redundant, non-blocking switch with emphasis on reliability and interface flexibility. The CCSS provides intra/intercommunication among subscriber lines, attendant consoles, trunks, and data ports. It features extremely high crosstalk isolation, unlimited digital conference capability, and multilevel precedence and preemption call processing. The CCSS switches interface with numerous cryptographic devices, as well as T1 bulk encryption equipment which permits circuit access to automated secure voice communications, Defense Switch Network (DSN), and commercial networks. Components on the CCSS system are state-of-the-art, non-developmental items.

This proposed requirement will provide follow-on depot level lifecycle logistic support for CCSS switches. There are currently over 150 listed operational CCSS switches located at strategic worldwide locations. Critical users include: White House Communications Agency, Chairman of the Joint Chiefs, Army, Navy, and Air Force, as well as other DoD and Civilian Government agencies, and the Canadian government. Other users will be supported by the proposed contract as they join the DRSN.


The proposed requirement will provide contractor logistics support (CLS), spare parts replenishment, repair of components, technical manuals, depot logistics support office (DLSO), field logistics support offices (FLSO), software support, engineering and technical assistance, system training, switch installations and relocations (includes de-installation and re-installation), and the capability to engineer, furnish, install, and test (EFI&T) future new CCSS equipment and configuration upgrades.


Your response to this Source Sought should describe your technical approach for providing depot logistics support to the CCSS. Your response should include a description of your past experience with the Raytheon line of switches used in the CCSS and identify any major cost, schedule, and risk drivers associated with your technical approach. The Air Force is in the sustainment phase of the CCSS lifecycle. Any cost information provided in response to this Sources Sought will not be binding. The government does not intend to award a contract on the basis of this request or to otherwise pay for the information requested. It is anticipated all information received in response to this source sought will be unclassified. All data received in response to this sources sought marked or designated as company private or proprietary information will be fully protected from release outside the Government. Respondents will not be notified of the results of the Government's review of their responses. Interested parties must respond in writing. Your response to this request must be submitted no later than 14 April 2014, 12:00 PM (MST), addressed to the Contracting Officer, Sean Jones via e-mail (sean.jones.2@us.af.mil) or Melissa Huston via email (Melissa.Huston.2@us.af.mil) If you have questions, or require additional information, please contact Sean Jones, Contracting Officer.


 


Sean M. Jones, Contracting Officer, Phone 8015863465, Email Sean.Jones.2@us.af.mil - Melissa S Huston, Contracting Officer, Phone 8017756535, Email melissa.huston@hill.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP