Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2013 FBO #4277
SOLICITATION NOTICE

A -- Technical & Engineering Support for Data Distribution Systems (DDS) and Range Mission Tool (RMT)

Notice Date
8/8/2013
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DAC, 5600 Columbia Pike, Alexandria, Virginia, 22041
 
ZIP Code
22041
 
Solicitation Number
HQ0276-14-I-0001
 
Archive Date
9/10/2013
 
Point of Contact
Allen Neal Booher, Phone: (540) 663-6141, Ernest E. Hood, Phone: 5406631974
 
E-Mail Address
allen.booher@mda.mil, ernest.hood@mda.mil
(allen.booher@mda.mil, ernest.hood@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
Base Notice: Missile Defense Agency, Request For Information / Sources Sought for Engineering and Technical Support for Data Distribution Systems (DDS) and Range Mission Tool (RMT) NOTICE INFORMATION Agency/Office: Missile Defense Agency Location: MDA-DACG Title: Missile Defense Agency, Request For Information / Sources Sought for Engineering and Technical Support for Data Distribution Systems (DDS) and Range Mission Tool (RMT) Description(s): 1. Purpose/Background/Description: a) The purpose of this Request for Information (RFI) / Sources Sought is to aid the government in determining if there is sufficient industrial expertise and interest to proceed with a full and open competitive procurement or a small business set-aside, competitive procurement for the desired capability described below. The Aegis BMD Program is conducting market research to determine interest in and capability to deliver upgrades, maintenance, and operational support for the DDS and RMT at the Pacific Missile Range Facility (PMRF), Barking Sands, Kekaha, Hawaii beginning on October 1, 2014. The North American Industry Classification System (NAICS) code for this acquisition is 541712, Research and Development in the Physical, Engineering, Life Sciences (except Biotechnology) with Size Standard: 500 employees. The work is currently being performed under a Navy sole source contract (N00024-06-C-6101) by Solipsys Corporation, DUNS Number: 938751427. Solipsys Corporation is a subsidiary of Raytheon Corporation. The Government has negotiated a Solipsys Tactical Display Framework Software Perpetual Use Restricted Rights License - License Number DGMT07DODTDF. A contractor other than Solipsys Corporation may have to obtain and maintain appropriate Software License(s) to perform this requirement. This research will help the Missile Defense Agency (MDA) obtain information to: 1) identify potential sources based on relevant experience and capability to fulfill the requirements, 2) develop an acquisition strategy, 3) identify barriers to competition, and 4) determine documentation needed to support the program and proposal preparations. This RFI is intended to assist MDA in determining whether a sufficient number of businesses including small (SB), small disadvantaged (SDB), women-owned small businesses (WOSB), small businesses located in HUB Zones (SBHZ), service disabled veteran owned small businesses (SDVOSB), and veteran owned small businesses (VOSB) are capable of performing this requirement. MDA is considering a potential small business set-aside acquisition. This request is for planning purposes only. It does not constitute a Request for Proposals (RFP), nor is it to be construed as a commitment by the MDA. The program office will consider responses received as exchanges of information as part of its market research. Respondents should properly mark any proprietary information, and the MDA will control it as such. Do not send any classified information. Participation in this effort is strictly voluntary. b) The Pacific Missile Range Facility (PMRF) is the primary test range for the AEGIS BMD capability. The Data Fusion and Communication Upgrade Systems at the PMRF provide the U.S. Navy with improved target tracking, sensor control, situation awareness, and automated fusion of sensor data thereby providing improved test awareness and range safety during these complex test events. Overall system reliability and maintainability has been improved through the use of modern commercial off-the-shelf hardware and reusable software. The individual systems that make up this upgrade include the Surveillance Precision Eclectic Tracking Environment (SPECTRE), Data Fusion services, the Source Integration Server (SIS), and the data communications. For the purposes of this document these systems will be referred to as the Data Distribution Systems (DDS) when not referred to individually. c) The Range Mission Tool (RMT) System provides the U.S. Navy with an automated means to pre-plan, monitor, analyze, record and playback data of a scheduled operation. These systems provide mission planning, sensor data processing, target tracking, sensor data fusion and situation awareness in support of range safety and the operations conductor. This system functions as an Application Programming Interfaces (API) or plug-in capabilities to the Tactical Display Framework (TDF). d) The Data Distribution System and RMT are used extensively by the Aegis BMD Program in the conduct of Test and Evaluation exercises at PMRF. Because these systems are the data processing and situation awareness foundations at PMRF, they are also used daily in support of fleet operations and training exercises. These systems function as an API or plug-in capabilities to the TDF. Development, operation and maintenance of the DDS require knowledge of and experience with the sensors located at PMRF. Sensors that have developed SIS, SPECTRE, data communication, and data fusion services will require maintenance. Sensors that are without DDS will require development of all capabilities. These systems must function within the synchronization of Scenario Planning, operations, and intelligence functions at all levels without interruption to mission, schedule or fleet readiness and national defense. To ensure a seamless transition from the current contractor, the contractor that will provide requirements definition, design, development, test, operation and maintenance for the DDS and RMT should have in-depth knowledge of the Aegis, Naval Fleet and PMRF systems used in test operations to include, but not limited to: • Aegis test articles to include ships and missile systems • Threat representations • Test targets • Expendables • Test sites at PMRF • Test Instrumentation • Ground test facilities • Electro-Optical Sensors • Infrared Sensors • Models, Simulations, and Test Beds • Any special requirements designated for specific tests • PMRF Instrumentation Networks (iNet and kNet) • iNet and kNet specifications and • iNet and kNet message formats • TDF interface development and integration • Aegis and PMRF test methods (plans, procedures) e) It is anticipated that once a Request for Proposal is issued, the Government will include a Statement of Objectives (SOO) to define the Government's requirements for Technical and Engineering Support of the existing DDS and RMT with the expectation that potential offerors will submit a Statement of Work as part of their proposals. f) This RFI contains Draft SOO Requirements in paragraphs 2-8 below. Also, paragraph 9 below provides instructions to Respondents. This RFI and the Draft SOO Requirements are intended only for market research and are not establishing MDA's requirement. Based on the results of this market research, MDA may issue a Request for Proposal (RFP) that establishes MDA's actual requirement. 2. Requirements: a. General The Contractor shall provide system engineering and technical support for the systems and subsystems related to the Data Distribution Systems and RMT. Contract Data Requirements List (CDRL) names are contained in paragraph 5 below. i. System Engineering Support. The Contractor shall design, develop, and maintain software, hardware, and documentation for the Data Distribution Systems and RMT. ii. Engineering Analysis. The Contractor shall provide engineering analysis of Data Distribution Systems and RMT system performance. iii. Status Reporting. The Contractor shall provide a monthly progress report (CDRL A001). At a minimum, this report shall address the following information: a. project status b. monthly accomplishments c. upcoming plans d. issues, if applicable e. financial status iv. On-site Support. The Contractor shall provide on-site and on-call software and hardware engineering support. The Contractor shall interface with other range Contractors. The Contractor shall attend and host various meetings and conferences such as Integrated Product Team (IPT) and technical exchange meetings with other range developers to obtain technical data required to complete proposed tasks. The Contractor shall provide and exchange information for integration, identification and subsequent core software development for Data Distribution systems, RMT, and interface capability with other Range Systems. At the discretion of the Government, the results of attendance at these meetings shall be delivered as trip reports in accordance with CDRL A002. During specific AEGIS BMD test events, twenty-four hour on-call engineering support will be required. These events will be defined and tracked in the PMRF calendar. v. System Level Documentation. The Contractor shall document and incorporate inputs to the following system level documentation (for functions including Data Distribution Systems and RMT), in accordance with CDRL A003. a. Processing Descriptions of the SIS and SPECTRE iNet Components b. Source Integration Server Users' Manual c. Data Distribution System Version Description Documentation d. RMT Version Description Documentation e. RMT Interface Description Documentation f. RMT Users' Manual vi. Technical Studies. When directed by the Government via Technical Instruction, the Contractor shall conduct system engineering analysis and provide technical studies in support of the Data Distribution and RMT processing and interface requirements with other systems. The technical studies shall be delivered in accordance with CDRL Item A004. vii. Technical Interface Meetings (TIM). The Contractor shall attend Technical Interface Meetings when requested by the government and in conjunction with Technical Instruction. The Contractor shall be prepared to present Government approved Data Distribution and RMT requirements to the PMRF communities. The results of these reviews shall be delivered as trip reports in accordance with CDRL A002. The Contractor shall prepare and deliver meeting agendas in accordance with CDRL A005. The use of a Contractor supplied VTC capability, if available; to offset travel expense is highly encouraged. viii. Data Distribution System Software Design and Development. When required by Technical Instruction, the Contractor shall perform required software design and development in accordance with the Data Distribution Software Development Plan. All new Data Distribution System software applications developed under this contract shall follow the current system's software design and architecture. Expertise with the government supplied information (GFI) SoliNet, SoliMath, and the Tactical Display Framework is essential. Expertise in the real-time interface requirements for radar, telemetry, optical and flight termination antenna pointing and track reporting is also essential for this effort. The Contractor shall develop the software at the Contractor's laboratory in accordance with the Contractor developed, Government approved, Software Quality Assurance Plan. The software shall be delivered in accordance with CDRLs A008 and A014. ix. Range Mission Tool Software Design and Development. When required by Technical Instruction, the Contractor shall perform required software design and development in accordance with the RMT Software Development Plan. All new Range Mission Tool software applications developed under this contract shall follow the current system's software design and architecture. Expertise with the government supplied information (GFI) SoliNet, SoliMath, and the Tactical Display Framework is essential. The Contractor shall develop the software at the Contractor's laboratory in accordance with the Contractor developed, Government approved, Software Quality Assurance Plan. The software shall be delivered in accordance with CDRLs A008 and A014. x. Software Issue Tracking. The Contractor shall perform software design and development required for the correction of Software Issue Reports (Issues). These issues shall be tracked by the contractor and approved/disapproved by the software Configuration Control Board (CCB). The Contractor shall, upon approval of the issue by the CCB, perform all software design and development required to resolve the issue, including specification of a test case to demonstrate issue resolution and any documentation updates required by the issue resolution. Software configuration management shall be performed using a Government approved configuration management tool. The software shall be delivered in accordance with CDRLs A008 and A014. xi. Configuration Management. The Contractor shall perform configuration management for all software development to include Data Distribution and RMT. Configuration management shall be performed in accordance with the Government approved Configuration Management Plan. Specific configuration management tasks shall include: a. Validation of software issues b. Documenting and tracking system software issues through resolution and closure c. Delivering software test cases d. Preparing Data Distribution and RMT Version Description Documents (VDD) e. Preparing a software system delivery package that contains complete software versions including source code, libraries, updated documentation, and VDD(s) The VDDs shall be delivered in accordance with CDRL A009 for each software build. The software shall be delivered in accordance with CDRLs A008 and A014. b. Inputs to Documentation. The Contractor shall provide updates to the following system documentation in accordance with CDRL A003: a. Processing Descriptions of the SIS and SPECTRE iNet Components b. Data Distribution Interface Control Documents c. RMT Interface Control Documents d. SPECTRE Training Manuals e. Source Integration Server (SIS) Training Manuals f. RMT Training Manuals g. SPECTRE Test Descriptions and Reports h. SIS Test Descriptions and Reports i. RMT Software Test Descriptions and Reports c. Software Test Plans The Contractor shall deliver Software Test Plans in accordance with CDRL A012. d. System Specifications The Contractor shall deliver System Specifications in accordance with CDRL A006. Updates to existing specifications shall be in accordance with CDRL A003. This shall include Software Requirements, Hardware Requirements, and Interface Requirements. e. Version Description Documents The Contractor shall deliver version descriptions that document configuration changes from existing baselines for each software build in accordance with CDRL A009. f. Baseline Software Archives The Contractor shall provide archives of all baseline software (source files and executable) free of Contractor proprietary labeling to include Data Distribution and RMT systems in accordance with CDRLs A008 and A014. g. Equipment Procured and Spares Lists The Contractor shall provide a list of all hardware and spares equipment procured under this contract in accordance with CDRL A013. 3. Applicable Documents The documents identified herein include the basic references for the conduct of these SOO activities. This list is not intended to be all inclusive. a. Processing Descriptions of The SIS and SPECTRE iNet Components b. Source Integration Server Users' Manual c. Data Distribution System Version Description Documentation d. SPECTRE Project Regression Tests e. PMRF iNet Information System Security Plan (ISSP) f. Range Mission Tool Users' Manual g. Range Mission Tool Version Description Document h. Range Mission Tool Interface Control Document i. Instrumentation Network (iNet) Specification 4. Systems Maintenance The Pacific Missile Range Facility Data Distribution Systems including the Source Integration Servers and data networks are utilized on a daily basis for mission support at PMRF. The Range Mission Tool (RMT) displays in the control room are also used extensively for support of operations. The SIS and RMT software needs to be maintained to insure that they meet the changing operational support requirements of PMRF. The paragraphs below briefly describe areas where maintenance support is anticipated. a. Computing and Information Assurance (IA) Support The Contractor shall provide labor and administrative services necessary to support the development, integration, testing and accreditation of networks and computers at PMRF and associated sites as specified in separate technical instructions. The contractor shall provide the following support services: i. Participate in Network Working Groups to plan for future systems, programs, and capabilities, for the short term, and/or for the long-term projections of requirements and technology needed to satisfy them. ii. Assist in the design of networks and Information Technology systems to meet current and future range and/or range customer requirements. Provide technical support and expertise for range operations, projects, and system integration. iii. Assist in planning and overseeing network/Information Technology operation and testing. iv. Assist in planning and overseeing Information Assurance efforts to certify and accredit the PMRF Networks and systems which reside on those networks. v. Apply Configuration Management processes and procedures. vi. Assist in ensuring networks are mission ready and report system status to the Network Manager, Data Systems Head and Range leadership. b. Aegis Ashore Support The Aegis Ashore program is a new initiative at PMRF. Extension of the iNet to the Aegis Ashore site is anticipated as well as the desire to leverage Data Distribution and RMT applications and software to integrate new sensors and develop AEGIS Ashore specific applications. Efforts specific to this program will be specified in separate technical instruction(s). c. Technology Refresh In order to prevent system obsolescence, it is necessary to keep system hardware and software current. This requires replacing computers, operating systems, hardware drivers, and development environments with current technology. The contractor shall periodically upgrade outdated equipment with new, modern equipment. Efforts specific to this initiative will be specified in separate technical instruction(s). d. Range Mission Tool and Data Distribution System Maintenance This support shall include but not be limited to: i. The contractor shall correct deficiencies in the current SIS and RMT application software as directed by the government. Proposed upgrades, bug fixes, and enhancements shall be entered in the Jira system and software efforts for each version release shall be determined by the software configuration control board. ii. The contractor shall provide technical support to ensure all SIS units are operating properly, fixing SIS configuration and software issues as they arise and supporting site personnel and sensor experts in troubleshooting system or network problems in order to isolate problems to their root cause. iii. The contractor shall provide software support to insure all RMT displays are operating properly, fixing configuration issues as they arise and supporting system experts in display troubleshooting. iv. The contractor shall provide operational support as requested to support SIS and RMT support of operations. Efforts specific to this task will be specified in separate technical instruction(s). e. Source to iNet Integration New sensors for PMRF require a Source Integration Server (SIS) so that they can be easily integrated into the range data distribution architecture. In order to fully integrate a new data source into the PMRF data distribution architecture a SIS is required to properly characterize the sensor's data. As mission requirements evolve, and new sensors are added to the PMRF iNet, the contractor shall develop new SIS units to integrate the new source data. Efforts specific to this task will be specified in separate technical instruction(s). f. Mission Support The contractor shall support operation of the RMT and Data Distribution systems during test missions for AEGIS BMD and other programs. This support includes system grooming, development of overlays, scripting of specified Raptor plots, and other effort required to prepare the systems for optimum performance during the event. The contractor shall support all mission workups as well as the Game Day and any subsequent backup days. The contractor shall station personnel in the Range Operations Center (ROC) for RMT support. Other contractor personnel shall be located at Barking Sands and Makaha Ridge to monitor overall system performance and to help with any trouble shooting required during the mission. Efforts specific to this task will be specified in separate technical instruction(s). 5. Deliverables a. REPORTS, DATA, AND OTHER DELIVERABLES The Contractor shall provide the following data deliverables. CDRL Item Description A001 Contractor's Progress, Status and Management Report A002 Trip Reports A003 Revisions to Existing Government Documents A004 Technical Reports - Studies/Analysis A005 Conference Agenda A006 System Requirements Specifications A007 Technical Reports - PEA/Test Cases A008 Software Product Specification - Source Code and Executables A009 Technical Reports - Version Description Documents A010 Industry to Government Transition Plans A011 Users Manuals A012 Technical Reports - Software Test Plans A013 Hardware - Equipment/Spares A014 SIS Software Source Code and Executables A017 Training Manuals and Materials All contract data deliverables shall be made electronically, either on CD-ROM or by electronic mail. All unclassified CDRL data items shall be delivered to the referenced addressee's stated on the DD Form 1423. All CDRL data files shall be accessible by one or more of the following application programs: a. Microsoft Word b. Microsoft Excel c. PowerPoint d. PDF format (Adobe Acrobat v. 6.0) The version of the application program may be changed to a different version with written consent of the Contractor and MDA. Other application programs may be used upon explicit approval by MDA. b. Data Access The Contractor shall provide access to all available technical data for the systems and support equipment, as well as library listings to ensure that key technical information is readily accessible. All data and documentation relative to this effort shall be made available at the Contractor's facility and shall be provided to the Government for review upon the Government's request. c. Updates/Revisions. The Contractor shall provide copies, updates, and/or revisions of various documents in support of this effort. The Contractor shall submit proposed changes to the Government approved CDRL List. 6. Other Considerations a. Government Furnished Information/Material Information and material required to perform the efforts in the contract will be provided as Government Furnished Information (GFI) and Government Furnished Material (GFM). The Contractor shall identify any specific Government data required during the course of work defined in the contract. All GFI and GFM maintained in the Contractor's facilities shall be identified and tracked by the Contractor. The Government shall furnish access to the PMRF Laboratories on an as-needed basis; however, the Government reserves the right to control the laboratory schedule and use of documentation and information required for the performance of the contract. All GFI and GFM and any other material used and acquired by the Contractor, excluding materials consumed during the course of work defined in the contract, shall be returned to the Government upon completion of the work or when no longer required by the Contractor. b. Security Classification Requirements Data developed for this task shall be unclassified or of the lowest classification consistent with the information contained herein and in accordance with the requirements of the National Industrial Security Program Operating Manual (NISPOM) dated February 2006. The Contractor may be required to handle, store and generate documents, manuals, drawings, magnetic tapes/disks, sketches or schematics classified up to an including SECRET. c. Operations Security (OPSEC) and Communications Security (COMSEC) During the performance of this contract, access to classified information and documentation may be required. In an effort to preclude the possible compromise of classified data, the Contractor shall employ OPSEC measures to control unclassified information that could be considered mission/program sensitive. The Contractor shall comply with OPSEC requirements in accordance with DD Form 254, Contract Security Classification Specification. 7. Travel Travel will be required in support of this effort as specified in individual Technical Instructions (TIs). Travel may be required, but not limited to the following locations: Kauai, HI National Capitol Region (Washington DC, VA, MD) Huntsville, AL Los Angeles, CA 8. Period of Performance The period of performance for the base contract will be for 12 months with for four (4) additional one year options. 9. Respondents Submittal. a. MDA requests a response addressing your company's capability to satisfy the requirements described in this RFI / Sources Sought. b. Should an RFP be released, MDA will provide qualified sources a technical data package. However, please provide a description of your capabilities to conduct the above Draft SOO Requirements, in whole or in part, plus any additional documentation that you believe would be beneficial to support this effort. Identify any limiting factors and/or risks which impact your ability to respond to this RFI. All responses to this notice should include the following: Company Name, Point of Contact, Address, Telephone and Fax Numbers, Email Address. The response should also specify in what category or categories of small business, if any, the firm is qualified to bid. c. Submit your electronic response to allen.booher@mda.mil in Adobe Portable Document Format (.pdf) no later than 5:00pm Eastern Time Monday, August 26, 2013. d. MDA will evaluate responses and may request a teleconference or video teleconference with respondents, as necessary, to further understand and evaluate the respondent's technical capabilities. e. Any and all costs incurred in responding to this RFI, including participating in a teleconference or video teleconference shall be borne by the respective respondents. MDA will not reimburse any costs and will not be liable for any costs associated with responses to this RFI. f. Any questions regarding this RFI/ Sources Sought should be addressed to Neal Booher, Contracting Officer, at allen.booher@mda.mil or (540) 663-6141.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/MDA-DAC/HQ0276-14-I-0001/listing.html)
 
Place of Performance
Address: Pacific Missile Range Facility (PMRF), Barking Sands, Kekeha, Hawaii, Barking Sands, Kekaha, Hawaii, 96752, United States
Zip Code: 96752
 
Record
SN03142332-W 20130810/130808235558-84bc386104f379d92c92f6a507696613 (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.