Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2002 FBO #0157
SOURCES SOUGHT

D -- E-6B Mission Computer Software

Notice Date
5/6/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-02-R-XXXX-MCS
 
Response Due
6/5/2002
 
Point of Contact
Gary Arwood, Contract Specialist, Phone 301-757-1019, Fax 301-757-5284, - Jan Roth, Jr., Contract Specialist, Phone 301-757-5328, Fax 301-757-5284,
 
E-Mail Address
arwoodgj@navair.navy.mil, rothjb2@navair.navy.mil
 
Description
The Naval Air Systems Command (NAVAIR) intends to award a contract for the modernization of the Mission Computer Set (MCS) for the E-6B aircraft in FY04 with a possible acceleration to FY03. The MCS system was incorporated into the E-6B aircraft as part of the ABNCP modification program. MCS is comprised of Commercial Off the Shelf (COTS) hardware and software components of early 90?s vintage. All of these COTS components are no longer commercially produced and are approaching the end of their supportability. Over the past several years, numerous software upgrades were incorporated in response to emergent fleet requirements and mission system upgrade programs. These upgrades have resulted in the MCS processor approaching the maximum utilization rate, and the system initialization time surpassing tolerable limits in the fleet. In addition, the MCS system is displaying stability problems during fleet operations, significantly reducing fleet readiness levels and leading to a high level of mission degradation. These stability problems require significant system redesign to achieve substantial improvement. This current situation necessitates the need for an MCS modernization program to correct supportability issues, improve system performance and stability, and extend the lifespan of the system to meet its projected service retirement date of 2013 as originally planned. MCS is expected to begin reaching the end of its supportability in FY05. Its supportability will decrease rapidly beyond this date, requiring a significant level of resources to be applied to the COTS OEM?s, where possible, to continue support. The MCS support effort will assume an increasing risk beyond this point, which is significantly amplified by the mission criticality of the MCS system. While some OEM support may be achievable beyond FY05, the mission criticality of the system and the high level of existing performance deficiencies necessitates the development and subsequent fleet introduction of equipment be undertaken on an aggressive schedule. Several factors impose conditions on the planning and execution of the MCS modernization program. Installation must start in the FY05/06 timeframe. Performing installations during Enhanced Phased Maintenance (EPM) events will limit the impact to the fleet. Utilizing the EPM cycle for installations will allow completion of the entire fleet in approximately 6 months. This deadline limits the NRE period to approximately 2 years with an early FY04 start. Second, installation time constraints impose limits to the design change of this effort for both the physical space/weight of the new system and the system operation. The change to the existing MCS design in these areas must be limited to reduce impacts to both training and aircraft pub/drawings, thereby reducing the complexity of the installation. Third, it is extremely desirable for this effort to achieve maximum compatibility/commonality with the MCS replacement effort of the Block 1 upgrade program, which will be utilizing COTS products and is on a concurrent NRE development timeframe. MCS is the main automated data processor (ADP) device in the E-6B mission avionics suite and is the sole means of data I/O for all data communications subsystems. It interfaces with all Mission Avionics System (MAS) communications systems, providing message transmission/reception, database storage/retrieval, editing, and an operator graphical user interface. MCS is a COTS based system and is comprised of two main components: the processor and the Generic Front-end Communications Processor (GFCP). The processor runs unique mission application software along with several COTS software applications. The GFCP provides custom interfacing to each of the legacy MAS communications systems. The system uses the UNIX AIX operating system, and the mission application is coded in the ADA programming language. This upgrade consists of replacing all COTS components, both hardware and software, and transitioning the mission application over to a modern C++ programming language, while maintaining all current MCS operation and functionality. Both the current GFCP and processor hardware must be replaced. A new, DIICOE operating system compatible with the hardware components must be selected along with the new COTS software applications. Certification of this effort must be accomplished through DOD accreditation processes. This upgrade also consists of developing a modern, Open Systems Architecture (OSA) based architecture that is compatible with both the OSA network and MCS replacement architecture of the E-6 Block 1 modification program. This architecture should implement as much of the Block 1 modification as possible and should provide a seamless, cost effective transition to the final Block 1 solution. Sources for the modernization program will be limited to Lockheed Martin Undersea Systems (LMUSS). LMUSS is the Original Equipment Manufacturer (OEM) of the MCS system and is also the Software Support Activity (SSA) and depot repair activity for this system. As the OEM, LMUSS is the sole designer and manufacturer and has in-depth knowledge and experience with the historical design data, drawings, design principles/concepts, and source code. As the current SSA, LMUSS has performed all software engineering and maintenance since the initial system fielding and, as such, has performed numerous software releases over a seven year period. LMUSS has also been a member of both the Cryptographic Modification Program (CMP) and the ADWS program teams and performed both software and hardware modifications to the MCS system as part of these efforts. As the current MCS depot repair activity for this system, LMUSS performs all inspection, troubleshooting, and repair of fleet assets and on numerous occasions has developed hardware modifications to resolve adverse problems with this hardware. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination by the government not to compete this effort is solely within the discretion of the government. Interested sources are requested to submit a Capabilities Statement demonstrating existing expertise and experience in relation to meeting the Navy requirements set forth as follows: a) modify the current mission application software; b) develop a modernization architecture compatible with both the OSA network and MCS replacement architecture of the E-6 Block 1 modification program; and c) develop a replacement GFCP that is compatible with the legacy E-6B mission avionics system. The Capabilities Statement for this sources sought are requested to be five to ten (5-10) pages long and are limited to ten (10) pages with no prescribed format. The Capabilities Statements shall demonstrate the ability to complete the required work in a cost effective manner within the proposed schedule. The Capabilities Statements are due by close of this announcement and should be submitted electronically to the following e-mail addresses: pacobitTR@navair.navy.mil and to arwoodgj@navair.navy.mil. This sources sought synopsis contains the most current available information and is subject to change at any time. Notification of any changes shall be made only on the Internet as a modification to this synopsis. The subject contract will cover a five-year period. The North American Industry Classification Systems (NAICS) code for the supplies and services anticipated needed herein is TBD? When calling, be prepared to state name, address, and solicitation number. ADDITIONAL INFORMATION: NAVAIR intends to use Non-Government personnel in support of this effort. Non-Government personnel may have the need to access industry data in order to support the Government. Therefore, before an award, it may be necessary for the solicited company to enter into non-disclosure agreements with these individual companies. Once NAVAIR finalizes its requirements for the subject effort, a prerequisite for receiving a contract award will be registration in the DODs Central Contractor Registration (CCR) database. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. Points of Contact (POC) for this synopsis are Contract Specialists, Gary Arwood, email address, arwoodgj@navair.navy.mil, tel. (301) 757-1019, or Contracting Officer, Jan B. Roth, email address rothjb2@navair.navy.mil. The Naval Air Systems Command (NAVAIR) is planning to award a contract for the modernization of the Mission Computer Set (MCS) for the E-6B aircraft. The MCS system was incorporated into the E-6B aircraft as part of the ABNCP modification program. MCS is comprised of Commercial Off the Shelf (COTS) hardware and software components of early 90?s vintage. All of these COTS components are no longer commercially produced, and are approaching the end of their supportability. Over the past several years, numerous software upgrades were incorporated in response to emergent fleet requirements and mission system upgrade programs. These upgrades have resulted in the MCS processor approaching the maximum utilization rate and the system initialization time surpassing tolerable limits in the fleet. In addition, the MCS system is displaying stability problems during fleet operations, significantly reducing fleet readiness levels and leading to a high level of mission degradation. These stability problems require significant system redesign to achieve substantial improvement. This current situation necessitates the need for an MCS modernization program to correct supportability issues, improve system performance and stability, and extend the lifespan of the system to meet its projected service retirement date of 2013 as originally planned. MCS is expected to begin reaching the end of its supportability in FY05. Its supportability will decrease rapidly beyond this date, requiring a significant level of resources to be applied to the COTS OEM?s, where possible, to continue support. The MCS support effort will assume an increasing risk beyond this point, which is significantly amplified by the mission criticality of the MCS system. While some OEM support may be achievable beyond FY05, the mission criticality of the system and the high level of currently experienced performance deficiencies necessitate the development and subsequent fleet introduction of equipment be undertaken on an aggressive schedule. Several factors impose conditions on the planning and execution of the MCS modernization program. First, the development and aircraft installations must be accomplished by (date or year) very quickly. Installation must start in the FY05/06 timeframe. Performing installations during EPM?s will limit the impact to the fleet. Utilizing the EPM cycle for installations will allow completion of the entire fleet in approximately 6 months. This deadline limits the NRE period to approximately 2 years with an early FY04 start. Second, these installation time constraints impose limits to the design change of this effort for both the physical space/weight of the new system and the system operation. The change to the existing MCS design in these areas must be limited to reduce impacts to both training and aircraft pub/drawings, thereby, reducing the complexity of the installation. Third, it is extremely desirable for this effort to achieve maximum compatibility/commonality with the MCS replacement effort of the Block 1 upgrade program, which will be utilizing COTS products and is on a concurrent NRE development timeframe. MCS is the main automated data processor (ADP) device in the E-6B mission avionics suite, and is the sole means of data I/O for all data communications subsystems. It interfaces with all MAS communications systems, providing message transmission/reception, database storage/retrieval, editing, and an operator graphical user interface. MCS is a COTS based system, and is comprised of 2 main components: the processor, and the GFCP. The processor runs unique mission application software along with several COTS software applications. The GFCP provides custom interfacing to each of the legacy MAS communications systems. The system uses the UNIX AIS operating system, and the mission application is coded in the ADA programming language. This upgrade consists of replacing all COTS components, hardware and software, and transitioning the mission application over to a modern programming language and operating system while maintaining all current MCS functionality. Both the GFCP and processor hardware and the COTS software applications must be replaced. A new operating system compatible with the hardware components must be selected along with a new operating system. This upgrade also consists of developing a modern, OSA based architecture that is compatible with both the OSA network and MCS replacement architecture of the E-6 Block 1 modification program. This architecture should implement as much of the Block 1 modification as possible and should provide a seamless, cost effective transition to the final Block 1 solution. Sources for the modernization program will be limited to Lockheed Martin Undersea Systems (LMUSS). LMUSS is the Original Equipment Manufacturer (OEM) of the MCS system and is also the Software Support Activity (SSA) and depot repair activity for this system. As the OEM, LMUSS is the sole designer and manufacturer and as such, has in-depth knowledge and experience with the historical design data, drawings, design principles/concepts, and source code. As the current SSA, LMUSS has performed all software engineering and maintenance since the initial system fielding, and as such, has performed numerous software releases over a seven-year period. LMUSS has also been a member of both the Cryptographic Modification Program (CMP) and the ADWS program teams and performed both software and hardware modifications to the MCS system as part of these efforts. As the current MCS depot repair activity for this system, LMUSS performs all inspection, troubleshooting, and repair of fleet assets and on numerous occasions has developed hardware modifications to resolve adverse problems with this hardware. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination by the government not to compete this effort is solely within the discretion of the government. Interested sources are requested to submit a Capabilities Statement demonstrating existing expertise and experience in relation to meeting the below Navy requirements set forth below: a. modifying the current mission application software; b. develop a modernization architecture compatible with both the OSA network and MCS replacement architecture of the E-6 Block 1 modification program; c. develop a replacement GFCP that is compatible with the legacy E-6B mission avionics system. The capabilities Statement for this sources sought are requested to be five to ten (5-10) pages long, and are limited to ten (10) pages with no prescribed format. The Capabilities Statements shall demonstrate the ability to complete the required work in a cost effective manner within the proposed schedule. The Capabilities Statements are due by close of this announcement and should be submitted electronically to the following e-mail addresses: pacobitTR@navair.navy.mil and to arwoodgj@navair.navy.mil. This sources sought synopsis contains the most current available information and is subject to change at any time. Notification of any changes shall be made only on the Internet as a modification to this synopsis. The subject contract will cover a five-year period. ADDITIONAL INFORMATION: NAVAIR intends to use Non-Government personnel in support of this effort. Non-Government personnel may have the need to access industry data in order to support the Government. Therefore, before an award, it may be necessary for the solicited company to enter into non-disclosure agreements with these individual companies. Once NAVAIR finalizes its requirements for the subject effort, a prerequisite for receiving a contract award will be registration in the DODs Central Contractor Registration (CCR) database. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for, or award a contract. Points of Contact (POC) for this synopsis are Contract Specialist, Gary Arwood, e-mail address, arwoodgj@navair.navy.mil, or Contracting Officer, Jan B. Roth, e-mail address rothjb2@navair.navy.mil. See Note 22. *****
 
Record
SN00072295-W 20020508/020506213414 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.