SOURCES SOUGHT
B -- Special Studies and Analysis - Not R&D
- Notice Date
- 10/27/2010
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017811Q1901
- Response Due
- 10/29/2010
- Archive Date
- 11/30/2010
- Point of Contact
- Kelley Fitzsimmons,
- E-Mail Address
-
40-653-7088
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) seeks to obtain market research information from sources capable of fully satisfying information contained herein. NSWCDD is seeking support for the Anti-Terrorism/Force Protection Afloat Program Office (PMS 480) within the Program Executive Office Littoral and Mine Warfare (PEO LMW) and their Technical Agents, Combat Direction System Activity, Naval Surface Warfare Center, Dahlgren Division; and the Combatant Craft Division, Little Creek, VA within the Naval Surface Warfare Center, Carderock Division to demonstrate tactical command and control technologies. Please see below for a description of Warfighter Capability Needs and Acquisition Requirements for the upgrade to the tactical command and control capability for Navy Expeditionary Combat Command Forces. Tactical Command and Control Capability Upgrade for Navy Expeditionary Combat Command Forces 1.0Introduction. Established in January 2006, NECC combined the Navy ™s expeditionary forces under a single Echelon III Type Commander. NECC centrally manages Title X responsibility to maintain current and future readiness via resourcing, manning, training, and equipping of the subordinate Navy expeditionary units. NECC ™s primary role is to provide units combat-ready for global tasking to the operational commanders with the capability to conduct operations across the full spectrum of the near-coast, inshore, and riparian environment, and to develop new capabilities to address emerging missions as this area of the battlespace rapidly evolves. NECC components will work together in the future to field combat capability tailored to specific mission areas. These forces will have several aspects in common. The forces will use common elements in order to effectively utilize resources, reduce total ownership costs, enhance unit integration through common training, reduce footprint, in theater through common logistics, and provide greater operational flexibility. Commonality will address platforms including boats, vehicles, tents, support services including generators, sensors, weapons, communications, and C2. This Sources Sought addresses the need for flexible and responsive command and control elements. 2.0Scope. This Sources Sought addresses the need for flexible and responsive command and control elements 3.0Requirements. 3.1Interoperability. Facilitates collaboration and coordination among NECC components and Joint, multi-agency and multinational partners. This system will interface via known tactical level networks. The system must be capable of migrating or expanding to future networks. 3.2Common Tactical Picture. Interfaces with real-time sensor fusion capability developed at the tactical level of war 3.3Common Operational Picture. Provides for information exchange with operational level of war. This system does not require operational level of war capability. 3.4Transportability. Compatible with Joint and Naval inter/intra-theater lift and logistic sustainment. Transport modes include surface, air and ground modes. 3.5Cross Domain. The system will be capable of running at the secret and unclassified levels. The system will need to interface with sensors at the classified and unclassified levels simultaneously when operating at the secret level. 3.6Sensor Fusion. The system will need to fuse data from similar sources (radar to radar) and merge data from dissimilar sources (organic vehicular track data (radars and sonars), electro-optical, infrared, external sources (links, blue force tracker, AIS, and GCCS) The sensor fusion system will be responsible for automated processing for sensors without automation. 3.7Decision Making Tasks. Assessing, deciding, directing, tasking, monitoring, threat ranking, and resource management and allocation. 3.8Resource monitoring. The system will be capable of monitoring and displaying the status and state of various expeditionary platforms including manned and unmanned sensors, tactical vehicles, and water craft. 4.0Objectives. 4.1Operator Stations. Existing system utilizes two (2) operators today. 4.2Open Architecture 4.3Department of Navy and Department of Defense approved Open Standards 4.4Open Source 4.524/7 Reliability 4.6Harsh Environment Configurations include Closed Cockpit Command Boats, Open Cockpit Response Boats, Tents and Vehicles 5.0Responses. Incorporate as much detailed information as possible to include, but not limited to: 5.1Technology/System information. 5.1.1Provide manufacturer/developer name and describe company competencies. 5.1.2White papers and/or product literature that describe the functionality/capability of the technology(ies) or system(s). 5.1.3Technical/performance information (e.g., weight, dimensions, power supply, protocols, and applications used). 5.1.4Operations concept for the technology(ies) or system(s) (e.g., how it is employed, role and number of operators). 5.2Point of Contact Information. 5.2.1 Corporate 5.2.2Technical 5.3Product Questions. The following represent specific interests the Government has in industry proposed solutions to this Sources Sought. 5.3.1Describe the product developed or development and its capabilities. The description should include: Definition of standards used for internal and external interfaces. Description of the software development environment. Describe any proprietary portions of the product. Include both hardware, software, and other intellectual properties Describe Architecture Approach and standards Define hardware requirements Identify all utilized proprietary hardware components 5.3.2Where does the product exist within its life cycle? What are the future plans for the system? 5.3.3Please describe your integration approach for sensors and services? Address legacy, existing, and future. 5.3.4Does your product integrate with other vendors? 5.3.5 Is the product source code available to the government? If so, what license and patent restrictions exist? What is the commercial licensing model for the product or any component? Does the product require purchase of additional commercial licenses or updates? 5.3.6Does the government already hold any rights to this product or any part thereof? Please describe the level of rights and to what portions of the product they apply and the specific Government organization(s) that holds the rights. 5.3.7 Are there existing engineering artifacts for the described capability? Please provide any high level documentation including systems specifications and operators manuals. Please describe the detailed documentation including specifications, design review documents, requirements documents, etc. 5.4Instructions. 5.4.1Requirements listed are not inclusive but illustrative. 5.4.2Total cost of ownership will be an important factor in any future system. 5.4.3Cost and capability comparisons welcome. 5.4.4Please forward any and all questions. 5.4.5Electronic responses preferred. PDF format preferred. This Sources Sought is issued solely for information and program planning purposes and does not constitute a formal solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. NSWCDD will not provide reimbursement for costs incurred in responding to this Sources Sought. NO CLASSIFIED INFORMATION IS TO BE INCLUDED IN THE SOURCES SOUGHT RESPONSE. NSWCDD is under no obligation to acknowledge receipt of the information, or provide feedback to respondents with respect to any information submitted under this Sources Sought. Information submitted will be protected in accordance with and limited by the markings provided on the submitted documentation. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES OR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED. NO SOLICITATION DOCUMENT EXISTS. The Government believes industry feedback is important. It is receptive to any and all ideas which would result in increased competition, realizing cost savings focused on total ownership cost reduction, or highlighting potential contractual problem areas associated with the draft requirement. All contractors who provide goods/services to the DoD must be registered in the Central Contractor Register (CCR). Small businesses having the capabilities to perform the tasking below are encouraged to reply to this Sources Sought. Not responding to this Sources Sought does not preclude participation in any future RFP, if any is issued. If an RFP is issued, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. No solicitation exists at this time. The Navy is not seeking proposals and will not accept unsolicited proposals. Please see attached for description of Warfighter Capability Needs and Acquisition Requirements for the upgrade to the tactical command and control capability for Navy Expeditionary Combat Command forces. All information should be submitted to Kelley Fitzsimmons by email at Kelley.Fitzsimmons@navy.mil or by fax at (540) 653-7088 and reference number N00178-11-Q-1901. The submission date for capability statements is on or before 29 October 2011. There is no page restriction associated with this Sources Sought; however, an executive summary, not to exceed five pages, should accompany each submission. All submissions shall be UNCLASSIFIED and include a hard copy version along with one electronic (soft) copy on a CD-ROM formatted for a personal computer. E-MAIL submissions are permitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017811Q1901/listing.html)
- Record
- SN02318079-W 20101029/101027234431-8d81bd18ad28087e97ef60760400e366 (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 |