Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOURCES SOUGHT

A -- Comman Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Design, Development, Integration and Test Request for Information (RFI)

Notice Date
8/28/2006
 
Notice Type
Sources Sought
 
Contracting Office
US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q06R0275
 
Response Due
9/22/2006
 
Archive Date
11/21/2006
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI)----The Program Executive Office, Missiles and Space on behalf of the United States Army is conducting a market survey to identify available technological solutions and approaches in support of the Integrated Air and Miss ile Defense (IAMD) Battle Command System (IBCS) and to obtain information on risk, capability and price. The IBCS Component concept provides for an IAMD Common Battle Management, Command, Control, Communications, Computers and Intelligence (BMC4I) with Int egrated Fire Control (IFC) hardware/software product design, integration, and development that supports fielding of an IAMD Increment 2 Initial Operational Capability (IOC) in FY11. This notice is published in accordance with FAR Parts 10.002 and 15.201 and is a Request for Information (RFI) only in support of a market survey. All information received will be used for planning purposes only. This notice does not constitute an Invitat ion for Bids, Request for Proposal, or Request for Quotes. The Government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to it. I. IAMD PROGRAM OVERVIEW: The U.S. Army transformation calls for a network-centric system-of-systems capability (also referred to as Plug and Fight) that integrates all Air and Missile Defense (AMD) sensors, weapons (including launchers) and BMC4I. This future IAMD System of Sy stems (SoS) architecture will enable the distributed support of engagements with available sensor assets not limited to system-centric organic sensors. AMD materiel transformation, along with other Doctrine, Organization, Training, Materiel, Leadership a nd Education, Personnel and Facilities (DOTMLPF) changes, will be conducted in increments of improved capability through FY17. The IAMD Program represents a shift from a traditional system-centric weapon systems acquisition to a component-based acquisition approach. This component-based acquisition approach will provide the most efficient way to acquire and integrate the compone nts of the incremental IAMD architectures. Unlike traditional acquisition programs that focus primarily on the development of a single system or platform, the IAMD Program is structured to enable the development of an overarching net-centric capability wi th all participating AMD components functioning interdependently to provide total operational capabilities not achievable by the individual element systems. The IAMD Program achieves this objective by establishing the incremental IAMD architecture and dev eloping the following: the IAMD Battle Command System (IBCS) that provides the common IAMD BMC4I capability, IFC Network capability to provide fire control connectivity and enabling distributed operations, and the Common Plug & Fight (P&F) Interface modif ication kits that will enable weapon and sensors connectivity to the IFC network. Development of the component-unique part of the P&F Interfaces remains within the purview of the affected components project/product office. The IAMD Program will employ an evolutionary acquisition strategy consisting of multiple capability increments leading to an objective capability in FY17. This approach provides the opportunity for technology insertions into the program throughout each in crement as high-payoff technologies mature and are ready for integration. This enables an orderly and cost-effective migration from the current system-centric architecture to the IAMD net-centric architecture. The first increment, Increment 1, is being im plemented by the User Community, primarily involving non-materiel changes as the basis for follow-on incremental capabilities. Increment 2 is the focus of the IAMD Project Office. Increment 2 is structured to meet the emerging requirements for an integrated net-centric AMD capability by FY11. This capability is supported by an early Risk Mitigation phase for advancing key enabling initiative s while concurrently developing the Increment 2 architecture. The desired end-state of the IAMD Increment 2 physical architecture, consisting of PATRIOT, Surface Launched Advanced Medium Range Air-to-Air Missile (SLAMRAAM) Fire Unit, Advanced Sentinel, Ter minal High Altitude Area Defense (THAAD), Joint Land Attack Cruise Missile Defense Elevated and Netted Sensor System (JLENS), and Medium Extended Air Defense System (MEADS) components working in an integrated manner via an IFC network to support the engage ment of targets. The IFC Network will include high bandwidth communications and integrated network management. The IFC Network will be Joint Net Ready Key Performance Parameters (KPP) compliant and will support AMD Composite Battalion Task Force (TF) oper ations. The IAMD Increment 2 will maintain current force interfaces into Forward Area Air Defense Command and Control (FAADC2) and will include new interfaces into Future Combat System (FCS), while maintaining connectivity to the Army Battle Command Syste m (ABCS). Other Increment 2 significant capabilities consist of the following: 1) Common battle command and control using common open services and software, and common hardware; 2) Elevated (JLENS Systems Development and Demonstration (SDD)), and ground-based 360? radars; 3) Integrated combat identification (CID) across the IFC Network and with Joint networks; 4) Networked AMD sensors with common track management enabling both situational awareness and fire control for Air Breathing Targets (ABTs), Unmanned Aerial V ehicles (UAV), Cruise Missile (CM), and Ballistic Missiles (BM) threats; 5) Integrated fire control across IFC Network that allows for engage on network data using PATRIOT Advanced Capability (PAC) 3, PAC-3 Missile Segment Enhancement (MSE), and/or SLAMRAA M weapons; 6) Integrated engagement operations across an IFC Network that provides for composite battalion TF battle management and engage on network data battle management: and 7) Integrated Force Operations / Engagement Operations (FO/EO) with collabora tive planning and embedded training. The IAMD Program includes Increment 2 Systems Engineering, Integration and Test (SEI&T) activities and the development of enabling End Items (EIs) consisting of an IBCS Command Post (CP) and P&F Interface Modification Kits for applicable IAMD weapons and sensor components. These EI products are built from modular hardware and software configuration items: open architecture computing environment, IAMD common software, communications, common platforms, common shelters, and Command Center System (CCS). Comm on configuration items will be evaluated and selected from Joint, other Services, and Army programs as applicable and feasible. The IAMD strategy is based on incremental consolidation and migration of BMC4I, weapons and sensor efforts using the international MEADS program and related PATRIOT-MEADS Combined Aggregate Program (CAP) extensions where appropriate. The IAMD architectur e provides the underlying standards and protocols for the net-centric, P&F capability. The IBCS CPs and P&F Interface Modification Kits will include Joint solutions (as made available) such as a Joint Track Manager (JTM) and a Common Data Link Interface ( CDLI) manager. Additionally, the IFC Network provides the framework to transfer fire control quality data over a high bandwidth communications channel between the IBCS and various weapons and sensors to prosecute engagements. The Joint Tactical Radio Sys tem (JTRS) is identified to fill the IFC Network communications capabilities. Use of interim solutions in lieu of the Joint solution will be considered if the Joint solution does not meet near term milestones for development or production. II. IBCS STATEMENT OF OBJECTIVES A. OVERALL PROGRAM OBJECTIVES The overall objective of the Increment 2 IBCS System Development and Demonstration (SDD) Phase is to design, develop, integrate and test the IBCS CP and P&F Mod Kit comp onents necessary to enable the IAMD Network-centric Increment 2 architecture. 1. IAMD Overarching SEI&T Support - The IBCS contractor shall provide support to the Increment 2 overarching SEI&T and fielding activities of the IAMD Program. 2. IBCS CP Development - The contractor shall design, develop, integrate, and test a materiel releasable IBCS CP and develop technical data for all Increment 2 designated operational nodes and echelons that: 1) uses selected CAP 1 software and IAMD Govern ment Furnished Equipment/Government Furnished Information (GFE/GFI) common hardware/software configuration items that will be integrated and installed in the IBCS CP; 2) uses prime movers and shelters from a government provided source (e.g., CAP 1/ MEADS BMC4I, Command Post Program) or other available industry solutions; 3) incorporates other type classified/logistically supported Army common hardware configuration items where possible (e.g., Common Hardware Software 3 (CHS3) computing hardware); and 4) provides logistics support to operate and maintain the developmental hardware. 3. Plug and Fight (P&F) Interface Modification Kits Development - The contractor shall design, develop, integrate and test materiel releasable common P&F weapon and sensor modification kits that: 1) use IBCS managed common open architecture hardware and so ftware configuration items; and 2) use software product line type approaches to address maximum commonality and variation flexibility across all weapon and sensor components. The contractor shall deliver common P&F modification kits and provide integration support to designated weapon and sensor component integrators, who will integrate the common P&F modification kits with any component unique P&F modification kits. 4. IFC Network Development - The contractor shall design, develop, integrate and test the IAMD IFC network (high-bandwidth, fire control quality, voice and data communications) integrated into the IBCS CP and P&F Modification kits. 5. Establish, Develop (as necessary) and Manage Common Hardware and Software Configuration Items - The contractor shall evaluate, select, modify, develop (as necessary), integrate and manage common hardware and software configuration items in accordance wi th modular open architecture hardware and software architectures. For common hardware and software configuration item selections not already provided as associate sub-contractors, Government approval of make/buy decisions is required. Current IAMD common software products such as Integrated Defense Design, Common Data Link Interface Management, Common Warfighter Machine Interface, Joint Track Management and others are to be made available. The contractor shall develop additional common software modules ( not provided by the government) as required. 6. IBCS Component Integration and Test Support to IAMD - The contractor shall provide component integration and test support to the IAMD Increment 2 Program. Integration support will include supporting component (weapon, sensor) developers in testing for verifying component baseline performance verification. Integration will include, but is not limited to, verifying networked internal and external component interface interdependencies. The contractor shall maximize opportunities for early interoperabilit y certification data collection. 7. Fielding of an Increment 2 Initial Operational Capability (IOC) in FY 11  The IBCS contractor shall support the Increment 2 IOC in FY11. The IOC will be declared when one (1) of the sixteen (16) AMD Composite Battalions, with attached JLENS Battery (B TRY) and THAAD BTRY, has been organizationally transformed and fully fielded with necessary IBCS components and IAMD enabled weapon and sensor components, as well as, associated special support items, troops are trained in the operation and maintenance of their respective systems, and Authorized Stockage List/Prescribed Load List (ASL/PLL) are issued to th e units. The Increment 2 End Items quantities for the reference AMD composite battalion TF include: IBCS CP (AMD Composite Battalion TF) 10; IBCS CP (JLENS) 2; IBCS CP (THAAD) 1; P&F Mod Kits (PATRIOT Radar) 4; P&F Mod Kits (PATRIOT Launch Farm) 8; P&F Mod Kits (Sentinel Radar) 8; P&F Mod Kits (SLAMRAAM Fire Unit) 12; IFC Antenna Mod Kits (JLENS Platform) 2; Antenna Mod Kits (PATRIOT AMG) 4; and IFC Net Relay Modification Kits (PATRIOT CRG) 4. B. TECHNICAL OBJECTIVES 1. Open and Modular Software and Hardware Architecture/Standards - The IBCS component hardware and software design and implementation will be open, modular and transportable providing non-proprietary documentation required to facilitate the development and integration of third party Hardware/Software (HW/SW) and joint solutions. 2. Net Ready - The IBCS must fully support execution of joint critical operational activities identified in the applicable Joint, Inter-agency, Inter-governmental and Multi-national (JIIM) and system-integrated architectures, and the system must satisfy th e technical requirements for transition to net-centric military operations. 3. Integrated Defense Effectiveness - The IBCS will allow for flexible interceptor selection and firing doctrine within the TF. The IBCS managed integrated defenses will enable defeat of non-ballistic and ballistic platforms by exploiting fused organic and non-organic sensor data to conduct engagements up to the operationally effective range of selected missile kinematics. 4. Common Command and Control - The IBCS (Battalion and below) will incorporate common functionality that includes: defense planning, defense design, warfighter-machine interface, battle monitor and control, network interface and management (to include net initialization), track management, engagement planning, engagement decision, engagement monitoring, and staff functions. 5. Backwards Compatibility - IBCS will provide backward compatibility to enable integration and common functionality of the current force: PATRIOT battery/SLAMRAAM platoon with the Increment 2 equipped Task Force, Sentinel, and FAADC2. 6. Sustainability/Reliability - The IBCS will achieve an Operational Availability (Ao) of at least 95% and a maintenance ratio (maintenance man hours to operating hours [MMH/OH]) equal to or less than .05. 7. Force Protection and Survivability  The IBCS will be designed to be operated by soldiers wearing body armor and carrying appropriate weapons. All vehicle cabs and manned shelters should be capable of adding up-armor protection. Manned rigid wall shelt ers incorporated into the IBCS will provide an active overpressure system to prevent contamination during a Chemical, Biological, Radiological, Nuclear and Explosive (CBRNE) event that is sustainable through decontamination. 8. Battle Command on the Move - The IBCS will exploit situational awareness and understanding via the Command Operating Picture (COP) which is available to the supported force during mobile operations. C. CONTRACT OBJECTIVES 1. IBCS Development - Multiple new or modified contracts will implement the program and technical objectives. GFE/GFI Common HW/SW configuration items within the HW/SW product-line will be integrated with other IBCS contractor provided HW/SW configuration items and used in the IBCS CP and weapon/sensor P&F modification kits. 2. Software and Hardware Data Rights Ensuring Open Architecture  The IBCS contractor shall provide software and hardware data rights to the Government to ensure that the IAMD architecture and implementation is open to third party technology acquisition an d insertion, as well as, providing key hardware or software reuse configuration items to follow-on increments and other military systems. 3. Contract Relationships The IBCS contractor shall establish a formal relationship with existing common software developers, the overarching IAMD SEI&T contractor, and weapons/sen sors contractors. 4. Contract Phasing - A base contract effort for the IBCS system engineering activities will culminate in an IBCS Risk Reduction Design Review which will support the IAMD Preliminary Design Review (PDR). The contract will include an option for full System Development and Demonstration activities, awarded based upon the successful completion of the IAMD PDR and Defense Acquisition Board (DAB) authorization. D. PROGRAM MANAGEMENT/ COST/ SCHEDULE OBJECTIVES 1. Ensure Program Documentation and Data is Non-Proprietary  The IBCS contractor shall provide program documentation in a manner that provides full insight into the processes, rationale, and results of the work. Documentation should be non-proprietary to facilitate the ease of program integration with other internal and external Joint and Army programs. 2. Facilitate a Life Cycle Management Focus  Current baseline and IBCS life cycle management metrics will be collected and reported in conjunction with major system reviews to demonstrate the objectives associated with the reduction of logistics footprint s and operations and sustainment (operations and support) cost. These metrics will include (but not be limited to) IBCS HW/SW configuration item quantity comparison, Software Lines of Code (SLOC) comparison, number of Computer Software Configuration Items (CSCIs), user screen count comparisons, training support package comparison, and unique or single source HW/SW configuration items. 3. Best of Breed BMC4I Configuration Item Selection Processes - The IBCS contractor shall provide an acquisition approach that uses cost effective best of breed IBCS common HW/SW GFE/GFI configuration items; integrating them into incremental IBCS CP and P&F modification kits. 4. Meet IAMD Schedule Objectives  The IBCS contractors development schedule shall support the top level IAMD Increment 2 Program Milestones: PDR  September 2007; Critical Design Review (CDR) - May 2008; Design Readiness Review (DRR)  April 2009; Miles tone C (MS C)  March 2010; and IOC - September 2011. The IBCS market survey will be conducted in two phases: 1) White papers describing the technical approach submitted to the Government Contracting Officer specified below by 22 Sep 06 followed by 2) an Industry Day to be announced at a subsequent date. The Government will not reimburse respondents for any costs associated with responses to this notice or participation in any Industry Day. White papers submitted as a result of this market survey, will facilitate the IAMD Project Office in the formulation o f an Acquisition Plan and eventually a follow-on Request for Proposal (RFP) for an IBCS System Development and Demonstration (SDD) contract. More information on Industry Day will be provided at a later date to include foreign disclosure and security guidelines. Respondents may submit questions in writing to the following points of contact: Mable N. Youngblood, (256) 842-7326, Email: Mable.Yo ungblood@redstone. army.mil; Dorphelia B. Foster, (256) 876-4189, Email: dorphelia.foster@redstone.army.mil; and Stacy Potts, (256) 842-7503, Email: stacy.potts@redstone.army.mil by 22 Sep 06. Appropriate Government response to submitted questions will be provided at Industry Day. White paper responses will consist of an Unclassified white paper on 8.5 x 11 inch paper with fonts no smaller than 12 point, one inch margins, in a Microsoft Word or Adobe file format. Each page of the submission shall contain the document identifier in t he document header. Respondents should label any information contained in the white paper that is considered proprietary. At a minimum, the white paper shall provide 1) a description of the technical and programmatic approach with key risks and suggested mitigation approaches that address the IBCS statement of objectives, as well, as technical, contract and program management/cost/ schedule objectives; 2) a description of specific technical an d programmatic approaches, to include a concept for technical documentation needed, for integrating third party solutions in an open BMC4I hardware and software architecture; 3) provide a rough order of magnitude cost; 4) comments on the IBCS Statement of Objectives, as well technical, contract and program management/cost/schedule objectives; and 5) a brief description of the firms capability and experience in providing systems in this mission area and any history of integrating third party solutions in a n open BMC4I hardware and software architecture. Any contractor providing proprietary responses must be either willing to authorize disclosure of these responses to Team Innovation in Integration and all IAMD SETA contractors or make other appropriate confidentiality agreements prior to responses being considered. Current IAMD SETA contractors are BAE Systems Analytical Solutions, Inc.; Dynetics, CAS and Davidson, LLC; Tecolote, Inc.; and Westar Aerospace and Defense Group, Inc. An IAMD Program Overview Briefing packet that further outlines the program will be available at the PEO Missiles and Space web site: http://www.msl.army.mil. under the IAMD Section. The white paper will be limited to 50 total pages including tables, charts, and figures. The white paper will include a technical Point of Contact (POC), phone number and email. Two copies of the white paper are requested (one hard copy and one readable C ompact Disk (CD). All white papers must be received by the Contracting Officer at the following address: U. S. Army Aviation and Missile Command (AMCOM), Acquisition Center, AMSAM-AC-SM-C/ATTN: Mable N. Youngblood, Redstone Arsenal, AL 35898-5280 Not La ter Than (NLT) 1600 Hrs. (Central) on 22 Sep 06. Requests received in any other manner will not be honored.
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN01127727-W 20060830/060828221441 (fbodaily.com)
 
Source
FedBizOpps 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.