Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
SOURCES SOUGHT

D -- Airborne Intelligence, Surveillance and Reconnaissance (AISR) Lab Support

Notice Date
1/23/2013
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-13-D-AISR
 
Response Due
2/7/2013
 
Archive Date
3/24/2013
 
Point of Contact
Rebecca Lee Sharman, 443-861-8017
 
E-Mail Address
ACC-APG - Aberdeen Division B
(rebecca.sharman@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Request for Information (RFI) only. Do not submit a proposal or quote. After reviewing the description of requirements, interested capable contractors are invited to provide responses to the following questions. Responses should follow this format and be submitted electronically as one complete document. This RFI is for informational 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. The purpose of this Request for Information (RFI)/Sources Sought is to identify potential sources that can provide support to the U.S. Army Communications-Electronics Command Life Cycle Management Command (CECOM LCMC) Software Engineering Center (SEC) Intelligence, Surveillance, and Reconnaissance (ISR) Directorate/Intelligence and Information Software Support (I2S2) Division for its Airborne Intelligence, Surveillance, and Reconnaissance (AISR) Labs. For the Airborne Intelligence, Surveillance and Reconnaissance (AISR) Small Business Software and Lab Support effort, assistance is needed in the various labs SEC operates in the areas of lab management; new technology (including simulator) research & development; software and hardware integration; test; and software release and configuration management to reduce program risks and enhance SEC's sustainment activities. The primary support requirements will be: Lab Systems Administration Technology Assessment and Integration Software Release and Configuration Management Simulator Development The requested information will be used by the Government for market research purposes only and is not a Request for Proposal or a Request for Quote in that it will not be used to place an order with any vendor directly. This is for informational purposes only and the Government will not be obligated to award to any interested vendors that present information in response to this RFI. QUESTIONS 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Number: Email Address: 2.Please identify your company's small business size standard based on the applicable NAICS code of 541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services. The Small Business Size Standard for this NAICS code is $14 Million dollars. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. Small Business 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3.Describe your familiarity and experience with reporting procedures of deliverables, including Progress, Status and Management Reports, Performance Reports, Cost Reports and Technical Reports? If so, what was the average dollar value of those contracts? 4.Describe any experience with the following Government programs: Guardrail Family-of-Systems Auxiliary Ground Equipment (AGE) Van Enhanced Medium Altitude Reconnaissance and Surveillance System (EMARSS) EMARSS Maintenance Vehicle (EMV) Joint Test and Integration Facility (JTIF) Developmental Systems Integration Laboratory (DSIL) Joint Tactical Terminal (JTT) Distributed Common Ground System - Army (DCGS-A) 5.Describe your technical ability to accomplish the following requirements: Lab Systems Administration In support of the programs SEC supports on Non-Secure Internet Protocol Router Network (NIPRNET), Secret Internet Protocol Router Network (SIPRNET), Joint Worldwide Intelligent Communications System (JWICS), Defense Research and Engineering Network (DREN), and National Security Agency Network (NSANET) on the C4ISR Campus at Aberdeen Proving Ground, MD, in facilities referred to as a Sensitive Compartmented Information Facility (SCIF), Developmental Systems Integration Laboratory (DSIL), Joint Test and Integration Facility (JTIF) and/or System Integration Laboratory (SIL) and flight line test sites, such as the Auxiliary Ground Equipment (AGE) Van and EMARSS Maintenance Vehicle (EMV), perform the following functions: Install and configure new hardware (monitor, keyboard, hard drive disk, mouse, printers, graphic cards, sound cards, memory, motherboard and chips, etc.) and software (programs, procedures, algorithms, etc.) Ensure that the network infrastructure is up and running Apply application, operating system and security updates, patches, and configuration changes Maintain logs related to network functions, as well as maintenance and repair records Monitor system performance including ensuring data integrity Perform routine audits of systems and software Collect and track performance metrics Plan, schedule and perform backups Maintain the network infrastructure, such as switches and routers, and diagnose problems with these as well as the interconnected systems Institute security controls Ensure the infrastructure and communications for each classified network (SIPRNET, JWICS, DREN, NSANET) remains independent and data are not compromised or cross-contaminated Provide necessary security engineering/software assurance to support the security Certification and Accreditation (C&A) of the JTIF, DSIL, EMV, AGE Van, and other SEC lab environments as required including updates required by Information Assurance (IA) Vulnerability Alerts (IAVA) Technology Assessment and Integration Analyze and assess existing/emerging airborne ISR technologies to ascertain their relevance to the systems and programs SEC supports Evaluate and recommend hardware and software changes to improve systems and network configurations in the SEC lab and test environments Propose technology insertion efforts (software/hardware/processes) in order to improve operational effectiveness and reliability of lab components as well as to reduce logistics costs or to improve Post Production Support Services (PPSS) cost efficiencies Analyze and assess equipment performance records in order to determine the need for repair or replacement Software Release and Configuration Management Implement a reliable Configuration Management (CM) system Develop and maintain version control tools to support the check-in and checkout of individual files and entire baselines for software development, customer troubleshooting, and all testing efforts Perform full regression testing on software before being released to be field Maintain test software including scripts, data, and instruction documentation under configuration management with their associated software baselines Develop and maintain the tools and scripts to configure and build the active baselines of SEC software being supported and sustained in the field Document and distribute the build process including lessons learned as part of support to deployed field forces Simulator Development Develop software simulation tools that allow tests to be run on Windows PC platforms and other standard computer and network equipment in a lab environment instead of the actual platform (airborne) or hardware interface (sensor, radio) Simulate at least the following COMINT systems in a tactical environment: oArgon GEN 5 oArgon PRISM oDigital Receiver Technology (DRT) - 1202C oBAE Tactical SIGINT Payload (TSP) Develop a framework that is extensible to additional multi-INT sensors (IMINT), sensor packages, and hardware (JTT radios) in multiple modes of operation for use in multiple platforms (JTIF, DSIL, SIL, EMV, AGE Van) Allow the Surveillance Intelligence Processing Center ( SIPC) (and other ground stations as required) to be used without the actual COMINT sensors Allow the simulator to be used in conjunction with actual COMINT systems in a blended mode of simulation and actual systems Stimulate the SIPC with COMINT data (Real-Time Protocol (RTP) audio streams) Support (receive, process and transmit) all the commands, data and protocols that are required for high fidelity bi-directional communications between the SIPC and the simulated COMINT systems Ensure all communications are preserved and collected data are consistent with expected mission values Determine ownship position, position of the targets/emitters, characteristics of the targets/emitters as part of various scenarios Support all the screens and controls required for the mission Simulate certain JTT radio interfaces, like the JTT Tactical Data Processor (TDP) interface, that is used to communicate to the JTT Control Client (JCC) via serial and Ethernet connections 6.For each of the requirements listed above, answer the following questions: a.What percentage of this requirement and work do you plan to perform in house, (not sub-contract out)? b.Of the remaining work that will be performed by sub-contractor(s), describe your teaming strategy and their capability to perform the work today including sub-contractor infrastructure, currently available FTEs, and applicable prior experience. Where applicable, describe how the sub-contractors will ramp-up to perform 100% of their portion of the work, including recruitment, timeframe, training, associated costs, etc. 7.Is your company currently providing similar services to another government agency or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. 8.Has your company performed this type of effort or similar type of effort (to include size and complexity) in the past? If so provide the Contract Number, Point of Contact (POC), e-mail address, phone number and a brief description of your direct support of the effort. 9.What majority of your staff have a Top Secret/Sensitive Compartmented Information (TS/SCI) with Special Intelligence - covering communications information, Talent Keyhole (TK) for satellite control, Gamma (G) and HUMINT Control System (HCS) clearance? What majority of your staff (with the exception of clerk typist and word processors) have a Secret clearance? What would your process be to obtain Top Secret clearances, for the employees that currently have only Secret, and will be required to work in our Government SCIFs? 10.Interested companies may also provide a quote mark White Paper quote mark (no more than 10 pages in length) describing how its products and technical expertise could produce and deliver such capabilities as described in the attached Description of Requirements document. Also, identify your company's past and current customers to which you provided similar products, including a customer/company name and point of contact, phone number and address/e-mail where they can be contacted. *** All information should be provided via electronic mail to rebecca.l.sharman.civ@mail.mil, no later than close of business 7 February 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f9b399154bbf4161111f4321db5b9806)
 
Place of Performance
Address: Software Engineering Center (SEC) Intelligence, Surveillance and Reconnaissance (ISR) Directorate 6006 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02970947-W 20130125/130123234722-f9b399154bbf4161111f4321db5b9806 (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.