Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2004 FBO #0914
SOLICITATION NOTICE

D -- THE FAMILY OF INTEROPERABLE OPERATIONAL PICTURES (FIOP), TASK ONE, INTEGRATED PRODUCT TEAM (IPT) 1.1, WEB ENABLED EXECUTION MANAGEMENT CAPABILITY (WEEMC) PROJECT OFFICE

Notice Date
5/26/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/DI, Defense Information Infrastructure - Air Force, 5 Eglin Street, Hanscom AFB, MA 01731-2117
 
ZIP Code
01731-2117
 
Solicitation Number
FA8727-04-R-0003
 
Response Due
6/22/2004
 
Archive Date
8/26/2004
 
Point of Contact
Michael Cunningham, Contract Negotiator, (781)377-0462 or Kent Kinal, Contracting Officer, (781)377-1273
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(michael.cunningham@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information Contracting Office Address ESC/NIK 5 Eglin Street, Bldg 1624 Hanscom AFB, MA Description The Family of Interoperable Operational Pictures (FIOP), Task One, Integrated Product Team (IPT) 1.1, Web Enabled Execution Management Capability (WEEMC) Project Office; Electronic Systems Center, Enterprise Services and Applications Directorate (ESC/NI2) intends to issue an RFP for development of the WEEMC mission application Increments 3, 4 and 5. The purpose of this notification is to solicit qualification information from offerors. The WEEMC RFP will solicit proposals for Increments 3, 4 and 5 of the multi-phase Joint Requirements Oversight Council (JROC) - directed project. The anticipated Period of Performance will be FY05 - FY08 inclusive although follow-on phases may approach FY '09. Total contract funding through FY09 is expected to be $25 million - $40 million. The Government Statement of Objectives will include requests for operational capabilities analyses as well as system and mission application interface reviews; system engineering, architectural design, code development, and test. Contractor support for baseline integration as well as software sustainment, fielding, network and hardware installation, security accreditation and certification is also required. As a follow-on to the current Automated Deep Operations Coordination System "ADOCS - Like," Increment 2 effort, WEEMC, Increments 3, 4 and 5, will focus on those tasks required to effectively create WEEMC as an "ADOCS - replacement." As a result, WEEMC, Increments 3, 4 and 5 will not only provide enhanced web-enabled access to multiple databases and functional capability to a myriad of geographically-separated Joint warfighters to expedite requests for Joint Fires; but also, capability to support Combat Search and Rescue (CSAR) missions. In addition, Weapon Target Pairing (WTP) interfaces will be addressed as well as interfaces to Tactical Data Interface Links, et al. The current 18-21 month, Evolutionary Acquisition, Spiral Development contract consists of 3 spirals resulting in one software increment targeted for the Theater Battle Management Core Systems (TBMCS) and Global Command and Control System - Joint integrated baselines. The Increment 2 mission application reflects only a subset of the currently defined WEEMC requirements. The planned acquisition for 3 one year Increment deliveries (3, 4, and 5) will build on the Increment 2 baseline with at least 6 additional spirals covering 36 months from contract award. Source code for the Increment 2 baseline will not be available until delivered under the current on-going development effort. Delivered software increments (3, 4, and 5) will be targeted for the Theater Battle Management Core Systems (TBMCS) and Global Command and Control System - Joint (GCCS-J) integrated baselines while mitigating risk for integration into other Programs of Record. Although only three incremental deliveries are planned for fielding the Government will reserve the right to field any spiral delivery should the added capabilities be needed by the warfighters. The aforementioned functional capabilities will interoperate within underlying network centric enterprise architectures and provide thick, thin, and ultra-thin client versions. WEEMC will adhere to COE I&RTS specifications while achieving level 7 compliance. Qualification summary requirements: The offerors shall prepare a qualification package to be submitted 22 June 2004. The package shall be limited to 6 pages. All documentation provided shall be directly pertinent to the business unit bidding for the WEEMC increments 3, 4 and 5 work package. Justifications shall demonstrate the business unit's capabilities with specific examples accompanied by supporting documentation. The following qualifications areas shall be addressed: 1) The offerors must be at a minimum SW/CMM level 3 compliant in the business unit that shall perform the WEEMC incremental development. 2) The offerors must be totally familiar with the existing Automated Deep Operations Cooordination System (ADOCS) ACTD functionality to include the technical architecture. 3) The offerors must have extensive development experience with web based applications using J2EE, SOAP, XML and commercial development best practices. 4) The offerors must demonstrate in-depth understanding of the functionality and technical architecture of TBMCS and GCSS-J. Work history and examples demonstrating technical competence in developing applications for and meeting the integration requirements for these systems must be provided. 5) The offerors must show evidence of a complete understanding of the Common Operating Environment (COE), Integration and Runtime Specification and Network Centric Enterprise Services architecture. 6)2) The offerors must show an understanding of the Joint Fires, Time Sensitive Targeting, Combat Search and Rescue, Weapons-Target Pairing, and Tactical Data Interface Link operational requirements areas within the context of the Theater Air-Ground System utilized by today's Regional Combatant Commanders. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. QUALIFICATION IS TO MINIMIZE RISK TO THE GOVERNMENT AND STREAMLINE SOURCE SELECTION ACTIVITIES. Original Point of Contact Michael Cunningham, Contract Negotiator, (781)377-0462 or Kent Kinal , Contracting Officer, (781)377-1273 Email Questions to michael.cunningham@hanscom.af.mil See Note 26.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00592881-W 20040528/040526211935 (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.