Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 11, 2014 FBO #4582
SOURCES SOUGHT

D -- Market survey to identify potential sources capable of providing Lower Tactical Internet (LTI) Data Products (DP) Production and Support Services

Notice Date
6/9/2014
 
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
W91QUZ-07-D-0005-BG10-14
 
Response Due
6/14/2014
 
Archive Date
8/8/2014
 
Point of Contact
Darrin S. O'Bannon, 443- 861 - 4997
 
E-Mail Address
ACC-APG - Aberdeen Division B
(darrin.s.obannon.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Research: Sources Sought Notice for the Lower Tactical Internet (LTI) Data Products Production and Support Services Document Type: Sources Sought Notice Contract Number: W91QUZ-07-D-0005 Task Order Number: BG10 Posted Date: 9 Jun3 2014 Response Date: 14 June 2014 NAICS Code: 541330 - Engineering Services Place of Performance: Fort Hood, TX This Sources Sought Notice(SS) /Request for information (RFI) is for planning purposes, and is not to be considered an invitation for bid, request for quotation, or as an obligation on the part of the Government to acquire any products or services. No reimbursement will be a made for any costs associated with providing information in response to this SS/RFI or any follow up information request. This is a market survey to identify potential sources capable of providing the Lower Tactical Internet (LTI) Data Products (DP) Production and Support Services in support of a six (6) month period of performance. Northrop Grumman Information Systems Sector (NG-ISS) is the incumbent contractor on contract W91QUZ-07-D-0005 Task Order BG10. NG-ISS currently develops, produces, and maintains the LTI production services in support of Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems using a proprietary initialization software tool and processes. The planned period of performance is for six (6) months from 13 Sept 2014 to 12 March 2015. The scope of this market survey is to identify a potential source capable of performing all areas of required support to be considered responsive. The contractor shall not restate the PWS but describe in detail the information requested. Restating the PWS without detail of how meeting the requirement will lead to an unacceptable response. DESCRIPTION OF REQUIREMENT The Tactical Internet (TI) is composed of a series of C4ISR systems (clients like Advanced Field Artillery Technical Data Systems (AFATDS) or Command Post of the Future (CPOF)) and enablers (transport like Warfighter Information Network - Tactical (WIN-T's) Satellite Transportable Terminal (STT) and Network System (NS's) Enhanced Position Location and Reporting System (EPLRS)). Together this forms a network architecture. The original vision for the TI provided capability at Corps through Brigade Levels. These echelons had relatively fixed environments (command posts, installations, etc...) where it was feasible to provide communications via large satellites, shelter mounted equipment and semi-permanent structures (ex. Standardized Integrated Command Post Systems (SICPS)) providing high bandwidth networking equipment. This original vision has come to be referred to as the Upper Tactical Internet (UTI). Sometime after the development and acquisition of these systems, it became clear that the need to extend the network below the Brigade level (e.g., Battalion), and in an on-the-move capacity was required. This capability needed higher levels of availability and mobility, and was, therefore, constrained to the lower bandwidth associated with network transmission by radio (satellite transmission via L-Band was introduced later). This follow-on requirement became known as the Lower Tactical Internet (LTI). Project Director Initialization (PdD I) is chartered to initialize the TI. Initialization Production is used to create database files to allow communication for both the UTI and the LTI networks. Initialization Products are defined as a collection of key mission information which is loaded into Army Battle Command Systems (ABCS) and other C4ISR systems, to allow each of them to communicate throughout the UTI and LTI networks. Specifically, the Initialization Production includes the development, production, and maintenance of Government-owned data required to ensure effective digital communication amongst the aforementioned systems. The Initialization Product is currently delivered by the Contractor, through electronic transfer of the data and/or by delivery of a Compact Disc (CD), to the Government. The LTI Initialization Support Services refer to the enabling functions relative to production: Engineering, Configuration Management (CM), Quality Assurance (QA), Test, Program Management, and other Services, as required. The entire scope of this effort requires work be performed which spans the life cycle of the Initialization Data. The contractor may submit their responses to this market survey as a potential source of the Government's chosen contracting strategy services, as described above. The Government does not have detailed documentation on hardware modules or the software source code for the NG ISS proprietary software tool or associated processes. Consequently, the Government does not have the detailed documentation or source code to provide to a third party. The assigned North American Industry Classfication (NAICS) code for this potential requirement is 541330, for Engineering Services with the correspondence small business size standard of $14M Both large and small businesses are encourage to response. Please provide the following additional information as part of any responses: 1) State as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification (8(a), Small Disadvantaged Business, Woman-Owned, Veteran Owned Small Business, Service-Disabled Veteran-Owned, or HUB-Zone) that applies. 2) Please explain in detail the technical ability and capacity to provide LTI Data Products as required in the PWS para 7.0 thru 7.2.3.3? Please address the consolidated production process for a 10 week build and describe in detail the integrated process with UTI production process. Please demonstrate your understanding of the information needed and process to produce data products. This should include the flow of information through the production process and the interactions within the process. 3) Please explain in detail your program management approach to LTI Data Product Production. 4) Please submit a proof of concept/production plan and describe in detail the LTI Data Product Production tool's effectiveness to perform at a Technical Readiness Level (TRL) of 9, as defined in DoD 5000.2R. 5) Do you have the ability to manage, as a prime contractor, the types and magnitudes of the taskings in the PWS? Detailed explanation required. What contracts of similar complexity and scope have you managed in the past? Please provide contract number and POC for this contract. Must demonstrate past success in performing relevant and similar tasks. 6) Explain the ramp up approach to meet all requirements of the PWS by 13 Sept 2014. 7) A consolidated process currently exists for the production of Data Products. Please demonstrate in detail how you will meet the requirement to produce and validate the LTI Data Product within the current consolidated process. The incumbent for the UTI is Computer Science Corporation (CSC) under contract W15P7T-10-D-D410 Task Order 0009. 8) What technical and programmatic risks do you foresee in executing LTI Data Products? What risk reduction measures would you employ to address these? 9) Describe your experience with Army Tactical Networks and specifically the relationship with UTI and LTI C4ISR systems. 10) Does your company currently have, or will have, a SECRET facility clearance before time of award? Please explain where, how certified, and with which agency and contract/contract number. 11) What is your experience in producing LTI data products? You must provide examples, including Contract Number, indicating whether your firm acted as a prime or subcontract, contract value, Government /Agency Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. The data received in response to this market survey is for information purposes only and does not mandate or impose requirements. This notice is not a request for proposal and the Government does not intend to pay for information submitted. Respondents will not be notified of the results of the evaluation of the information they provide. No contract award will be made on the basis of responses received; however, the information will be used in a Market Survey Report assessment of capable sources. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Responses should be mailed to U.S. Army, CECOM Acquisition Center, Room, 6001 Combat Drive Aberdeen Proving Ground MD, 21005, the Contract Specialist, Mr. Darrin O'Bannon, Phone: 443.861.4997 Email: darrin.s.obannon.civ@mail.mil The Government Technical POC is Mr Larry Dix, Lead Production Engineer, PdD I, larry.d.dix2.civ@mail.mil The suspense date for responses is COB 14 June 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bcfaf6a6a3d1d6c34393245b6c76739d)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN03389890-W 20140611/140609235053-bcfaf6a6a3d1d6c34393245b6c76739d (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.