News


3372435
SURVIVABLE MOBILE COMMAND CENTER (SMCC) PROCEDURAL SUPPORT POC
Contracting  Officer:  G. Carroll Hall, (703) 692-3015 CNT DCA100-95-C-0032
AMT  $298,006  Base  Y  DTD  120594 TO Advanced Research Corporation, 11260
Roger Bacon Drive, Suite 400, Reston, VA 22090 (0017)

SPONSOR:  Defense Information Systems Agency, Contract Management Division,
           Code D412, 701 So Court House Road, Arlington, VA 22204-2199
SUBFILE: CSE  (CONTRACT AWARDS, SERVICES)
SECTION HEADING: A  Research and Development
PUBLICATION DATE: JANUARY 19, 1995
ISSUE: PSA-1266


3262598
SURVIVABLE   MOBILE   COMMAND   CENTER   (SMCC)   PROCEDURAL   SUPPORT  SOL
DCA100-94-R-0089 DUE 071594 POC
Contact:  G.  Carroll  Hall, Contracting Officer, (703)692-3015 The Defense
Information   Systems   Agency   (DISA)  intends  to  issue  a  competitive
solicitation  (Total  Small  Business  Set-Aside,  SIC  Code  4899) for the
acquisition  of  technical  support  to  the  DISA  -  Joint  Interoperable
Engineering  Organization (JIEO), Center for Architecture, National Command
Authorities and Nuclear C3 Directorate for Survivable Mobile Command Center
Procedural  Support  in  response to Joint Staff (J-36/NOCCD) tasking. This
support consists of 1) updating and revising annually the Survivable Mobile
Command Center Operations Order and 2) development of Battlestaff exercises
for  utilization  in  Joint  Staff  Assistance visits to assess battlestaff
performance.  A  TOP  SECRET  clearance is required. The two lead technical
professionals shall have SIOP (category four and seven) access at the start
of  the  contract  and  be eligible for immediate indoctrination to Special
Intelligence  (SI/TK/G)  and  access  to  the Defense Intelligence Agency's
Military   Intelligence   Information   Processing  System  (MIIPS).  These
personnel  must  be  identified  as  part  of  the proposal submission. The
facility shall be capable of storing TOP SECRET information. The SMCC OPORD
deals primarily with the operation of the Survivable Mobile Command Centers
and  how  they are employed to serve as strategic communications platforms.
The  main  emphasis  is  on  their  operation in a nuclear environment. The
contractor  revising  the  OPORD will have to work closely with DISA/ JIEO/
TFBA,  the  Joint  Staff  J-36  (NOCCD)  and  other contractors in order to
incorporate newly developed procedures. Battlestaff exercises are developed
for  the  Joint  Staff  to  evaluate battlestaff's ability to perform their
Joint  Staff  mission.  SPECIAL  REQUIREMENT:  The  nature  of  the support
requires  the  contractor  to  be  intimately knowledgeable of current SMCC
missions  and  capabilities. Prior experience in the strategic connectivity
field  is  necessary.  The  contractor must be knowledgeable of the various
phases  of  a  nuclear  conflict  and  its  affect  on  SMCC operations and
communications.  Due  to the amount of direct coordination necessary, often
on  a  daily  basis, the contractor must be located in the Washington, D.C.
area.  The  anticipated  base  period  of  performance  is December 1994 to
December  1995 with an additional four (4) twelve month options for a total
sixty  (60)  months  effort. The government estimates thirty -two Technical
Staff months (TSMS) of effort per year over the course of the contract. The
delivery  schedule  is  based on real world events and Commander-In-Chiefs'
schedule  of  events.  A  reading room has been established in the National
Command  Authorities  and  Nuclear C3 Directorate at 3701 N. Fairfax Drive,
North  Arlington,  VA  22203-1713  for  the purpose of making available for
review  by  prospective  offerors  such  data  as deemed appropriate by the
government.  Prospective  Offerors may review data by contacting Mr. Robert
A.  Matthews  , (703) 696-1829. When arranging an appointment, refer to RFP
DCA100-94-R-0089.  Prior to arranging an appointment , personnel (security)
clearances  (PCLs)  up  to  and  including  TOP SECRET shall be provided to
Defense  Information  Systems  Agency,  Security  Manager,  Attn: Mr. Lloyd
Hanna,  3701  North  Fairfax,  Arlington, VA, 22203-1713. The Contractor is
responsible  for  certifying need-to-know for the individuals designated to
read  the  classified  data and shall incorporate this requirement into the
Visit  Authorization  Request  forwarded  to  the before mentioned Security
Manager.  Any  questions regarding PCLs should be addressed to the Security
Manager (703) 696- 1812. Allow five (5) workdays for receipt and processing
of  clearances  before  arranging  an appointment. Prospective offerors may
obtain  a copy of the unclassified ''Bibliography for Contractor Research''
by  written  request,  referencing  RFP  DCA100-94-R-0089, to Mr. Robert A.
Matthews,  Code  TFBA,  Defense Information Systems Agency, 3701 N. Fairfax
Drive, North Arlington , VA 22203- 1713. RFP100-94-R-0089 will be issued on
or about 1 June 1994. Only written requests for the RFP will be honored and
should  be  addressed  to  DISA,  Contract  Division,  Code PMI, ATTN: Miss
Carroll  Hall,  701  South  Court House Road, Arlington, VA 22204-2199. The
cognizant  Defense  Investigation  Service address, CAGE Code and telephone
number should be included in the request. (0131)
SPONSOR:  Defense Information Systems Agency, Contract Management Division,
           Code PM, 701 South Court House Road, Arlington, VA 22204-2199
SUBFILE: PSE  (U.S. GOVERNMENT PROCUREMENTS, SERVICES)
SECTION HEADING: A  Research and Development
PUBLICATION DATE: MAY 13, 1994
ISSUE: PSA-1095