SOURCES SOUGHT
R -- Custom Computer Programming Services for Mortars and Common Fire Control, and Artillery Weapon Fire Control System
- Notice Date
- 12/18/2014
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-15-X-7078
- Response Due
- 1/20/2015
- Archive Date
- 2/19/2015
- Point of Contact
- Stephanie Milne, 973-724-8782
- E-Mail Address
-
ACC - New Jersey
(stephanie.e.milne.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army RDECOM-ARDEC (Picatinny Arsenal) is conducting a market survey to study the availability of services under two (2) functional areas. The two (2) functional areas are (1) Mortars and Common Fire Control, and (2) Artillery Weapon Fire Control System (FCS) Support; and are explained in more detail below. FA 1 - Mortars and Common Fire Control The Mortars and Common Fire Control Team supports a wide spectrum of products including, but not limited to, such programs as the Mortar Fire Control System (MFCS), Lightweight Handheld Mortar Ballistic Computer (LHMBC), M777A2 LW-155 Digital Fire Control System, M119A3 Digitization, M1156 EPIAFS software development and other current and future programs related to mortars and common fire control systems. The Contractor shall perform requirements analysis, documentation, design, development, product reviews, acquisition, systems integration, unit and integration testing, configuration management, product and process improvement, and training and field support. These activities are required for successful research and development efforts and to address engineering change proposals; product improvements; corrections for deficiencies and shortcomings; routine maintenance; information assurance, Army Software Blocking requirements; Command, Control and Communication (C3) block update requirements; Ballistic Kernel improvements; and situational awareness requirements such as FBCB2. Specific Requirements for Mortars and Common Fire Control Support: The Contractor shall have experience with Software and System requirements. The Contractor shall have extensive domain knowledge and knowledge in the following functional areas: a. Soldier Machine Interfaces/Graphical User Interfaces b. COMNET /Communications (MIL-STD-188-220, MIL-STD-2045-47001, and MIL-STD-6017) c. Weapon Displays d. Navigation Units e. Mission Management/Fire Mission Processing f. Ballistics processing g. Embedded Training Development Support: The Contractor shall provide support in code development. This effort shall require domain experience in mortars and towed artillery, as well as software coding in Visual C++, Java and C#. The Contractor shall have extensive knowledge and experience in the use of the Mortars and Towed Artillery Software Development Environment and Processes. All code developed for the effort shall be maintained and configuration controlled using a software configuration management (CM) tool. This effort shall be performed on site at Picatinny Arsenal. The contractor shall possess domain experience in development of software related to the areas of mortars and/or towed artillery, message parsing, composition and decomposition in accordance with MIL-STD-6017 (Variable Message Formatting), navigation, UTM Coordinates, Lat/Long Coordinates, True North Coordinates, MIL-STD 188-220 protocol, Soldier Machine Interface development, UDP/IP networking, Muzzle Velocity Variation processing, and ammunition selection processing. The Contractor shall have experience in UML design and unit testing. The Contractor shall have extensive mortar and towed artillery software domain knowledge. System Requirements Support: The Contractor shall provide support in coordinating detailed requirements with the TRADOC Capabilities Manager (TCM), user representatives, the Program Manager (PM) and the Fire Support community. The Contractor shall use approved new requirements to develop detailed system software requirements, and system interoperability specifications. The Contractor shall develop system integration tests and conduct these tests to ensure that system requirements and system interoperability have been implemented correctly. This effort shall require extensive digital fire control domain experience in mortars and towed artillery. Experience with software/system functionality and doctrine of the mortars and towed artillery such as Mortar Fire Control Systems, Lightweight Handheld Mortar Ballistic Computer, M777A2, and M119A3 shall be required. Software Verification Testing Support: The Contractor shall provide support in planning, developing, and conducting Software Verification Test of the mortars/common fire control software to ensure conformance to baseline requirements. This effort shall require extensive domain experience in mortars. Software Verification Testing support shall include Requirements Analysis, Test Planning, Software Test Documentation development, Test execution (including dry-runs), Regression Testing and support of regression analysis, and Software Test Reporting. The contractor shall perform Software Verification Test in accordance with the Armament Software Engineering Center (ASEC) software testing process. The Contractor shall possess experience in the ASEC's testing process is required. Systems Engineering Verification Support: The Contractor shall provide support to evaluate the mortar/common fire control software products throughout the software development process. This evaluation support shall include, but is not limited to, peer review of mortars software work products, data review board activities, witnessing of testing (both formal and informal), configuration audit activities, and support of mortars reviews and meetings. This effort shall require extensive domain experience as well as software domain knowledge in mortars. Software Configuration Management Support: The Contractor shall provide support to configuration manage and control the mortars/common fire control software baseline products throughout the project's life cycle upgrade. The Contractor shall plan and support the mortars/common fire control software products using ASEC's Software Configuration management (SCM) processes and procedures. The SCM tasks shall be performed using Microsoft Team foundation server or equivalent tool for software configuration management and DOORS for documentation Configuration Management. The Contractor shall possess experience in the use of these tools is essential for this task. This effort shall require extensive mortar software domain knowledge. Software Process and Performance Analysis Support: The Contractor shall provide support for software process assurance to the mortars/common fire control projects to assure that all of the process requirements are being implemented in accordance with ASEC's Organizational Software Policies and Procedures. The Contractor shall demonstrate extensive knowledge of Capability Maturity Model Integration (CMMI) and the ASEC Organizational Policies and Procedures. The Contractor shall provide support for tracking and analyzing the projects' performance. The Contractor for this effort shall use earned Value Management (EVM) and possess EVM and CMMI experience. FA 2 - Artillery Weapon Fire Control System (FCS) Support The Artillery Fire Control System (FCS) Teams support a wide spectrum of products including, but not limited to, M109 Paladin Fire Control, and other current and future programs related to Artillery fire control systems. The Fire Control Systems & Technology Directorate (FCS&TD) works with the respective Program Managers (PMs) of the Artillery systems to support the system software development and system software maintenance efforts. The contractor shall provide FCS&TD with Information Technology support that is inclusive of system software requirements development and analysis, system software design, development and integration, and system software configuration management. These activities shall be required for successful research and development efforts for the Artillery systems to address engineering change proposals; product improvements and upgrade; corrective actions for deficiencies and shortcomings; routine maintenance; information assurance and Army Capability Set requirements; Command, Control and Communications (C3) block update requirements; prognostics requirements; and situational awareness requirements. The contractor shall provide support for the following areas: Specific Requirements for Artillery Weapon Systems Support: System Requirements Support: The Contractor shall provide support in coordinating detailed requirements with the TRADOC Capabilities Manager (TCM), user representatives, the Program Manager (PM) and the Fire Support community. The Contractor shall use approved new requirements to develop detailed system software requirements, architecture, design, and system interoperability specifications. The Contractor shall develop system integration tests and conduct these tests to ensure that system requirements and system interoperability have been implemented correctly. This effort shall require extensive domain experience in Field Artillery. The Contractor shall demonstrate experience with functionality and doctrine of the M109 Paladin Family of Vehicles (FOV) and their Software and System requirements. The Contractor shall have extensive domain knowledge in the following functional areas as they apply to embedded software for artillery weapon systems: a.Displays and Display Control b. VMF Message Processing c. Navigation d. Communications (MIL-STD-188-220 and MIL-STD-2045-47001) e. Ballistics f. Ammunition Selection g. System Power up and Initialization h. Embedded Training i. Prognostics and Diagnostics System Software Development Support: The Contractor shall provide support in developing software requirements and implementing software changes based on those requirements. This effort shall require domain experience in Field Artillery, as well as software coding in Ada. The Contractor shall possess experience with development of Paladin software. The Contractor shall be required to have extensive knowledge and experience in the use of the ASEC Software Development Environment and Processes. All code developed for the effort shall be maintained and configuration controlled using the Rational Software ClearCase Software CM tool. The Contractor shall possess knowledge and experience with this tool for the Paladin effort. This effort shall be performed on site at Picatinny Arsenal. The Contractor shall have domain experience in development of software related to the areas of Artillery Ballistics, Muzzle Velocity Processing, Message Parsing, Message Composition, Message Decomposition, Navigation, UTM Coordinates, Lat/Long Coordinates, True North Coordinates, MIL-STD 188-220, MIL-STD 1553, Variable Message Formatting, Paladin Soldier Machine Interface development, UDP/IP networking, Ammunition Selection Processing and development of Paladin specific Automated Test Tools. The Contractor shall have extensive domain knowledge in the functional areas as they apply to embedded software for artillery weapon systems. Software Engineering Verification Testing Support: The Contractor shall provide support in planning, developing, and conducting Software Engineering Verification Tests of the embedded artillery weapon systems software to ensure conformance to their baseline requirements. This effort shall require extensive domain experience in Field Artillery. Software Engineering Verification Testing support shall include software requirements analysis, test planning, test documentation development, test execution (including software system integration, pre-record, and record testing), regression testing and support of regression analysis, and test reporting. The Contractor shall perform Software Engineering Verification Tests in accordance with ASEC's software engineering verification process. The Contractor shall demonstrate experience in the ASEC's software engineering verification process. System Engineering Verification Support: The Contractor shall provide support to evaluate the embedded artillery weapon systems software products throughout the software development process. This evaluation support includes, but is not limited to, peer review of software work products, data review board activities, witnessing of testing (both formal and informal), configuration audit activities, and support of reviews and meetings. This effort shall require extensive domain experience in Field Artillery. Software Configuration Management Support: The Contractor shall provide support to configuration manage and control the software baseline products throughout the project's life cycle upgrade. The Contractor shall plan and support the software products using ASEC's Software Configuration management (SCM) processes and procedures. The majority of the SCM task shall be performed using the Rational ClearCase SCM tool and DOORS documentation Configuration Management tools. The Contractor shall demonstrate experience in the use of these. The Contractor shall have extensive knowledge in the functional areas as they apply to embedded software for artillery weapon systems. The Point of Contact for this effort is Stephanie Milne, e-mail address is stephanie.e.milne.civ@mail.mil. This is a Sources Sought/Market Survey Announcement and submissions will be used for informational and planning purposes only. This notice does not constitute a formal Request for Proposal/Request for Quote (RFP/RFQ), nor is the Government obligated to issue an RFP/RFQ. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey. No award will be made because of this request for information. If a formal solicitation is issued at a later date, a solicitation notice will be published.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b2d88becc889ccc0737f7da19c5bbca0)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03600475-W 20141220/141218235232-b2d88becc889ccc0737f7da19c5bbca0 (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 |