SOURCES SOUGHT
70 -- Subscription and Maintenance Support for APR-39D(V)2 Software Tools
- Notice Date
- 9/4/2015
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3a, 429 E. Bowen Rd. - Stop 4015, China Lake, California, 93555-6100, United States
- ZIP Code
- 93555-6100
- Solicitation Number
- N6893615R0069
- Archive Date
- 9/14/2016
- Point of Contact
- Aron DeMarco, Phone: 760-939-8896, Helen Xiong, Phone: (760) 939-5124
- E-Mail Address
-
aron.demarco@navy.mil, helen.xiong@navy.mil
(aron.demarco@navy.mil, helen.xiong@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought to determine the availability and technical capability of all prospective businesses. All responsible sources are encouraged to respond. The Naval Air Warfare Weapons Division (NAWCWD) is seeking qualified vendors to provide subscription and maintenance support on software tools that are currently in use by the APR-39 Radar Warning Receivers program at NAWCWD Point Mugu, CA. The subscription and maintenance on the software tools shall be updated as needed at the contractor's facility and delivered and installed at the program's facility in NAWCWD Point Mugu, CA. The result of this sources sought will be utilized to determine the Government's acquisition strategy. Currently, the only known source that is technically capable of providing this requirement is Wind River Systems, Inc. Wind River Systems, Inc. is the original equipment manufacturer of the Simics Hindsight v4.8 and Simics Analyzer v4.8 and Customer-Specific Virtual Platform (CSVP). Wind River Systems, Inc. has the proprietary source code that simulates the processor subsystem of the APR-39D(V)2 radar warning receiver (RWR) developed by Northrop Grumman (NG) and offers models that run on the Simics simulator. They have the licenses from Intel and other companies that are required to develop and model every piece of hardware for this virtual platform, including the models that make up the CSVP. In addition to the models, Wind River provides the tools to develop compatible models and to execute those models within Simics Hindsight and to Analyze the results of those executions with Simics Analyzer. Other interested parties may identify their interest and capability to respond to the requirement. If no other sources can demonstrate the capability to perform this requirement the Government will award a sole source contract to Wind River Systems, Inc., 500 Wind River Way, Alameda, CA 94501, based on FAR 6.302-1, Only One Responsible Source. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The Wind River Simics Hindsight 4.8 and Simics Analyzer 4.8 provide the Virtual Software Integration Laboratory (VSIL) for the development of the APR-39D(V)2 Operational Flight Program (OFP) for the Intel i7 processor in support of the Tactical Aircraft Electronic Warfare Integrated Program Team (TACAIR EW IPT) at NAWCWD Point Mugu, CA. The Wind River Simics Customer-Specific Virtual Platform (CSVP) 4.8, SIMICs CPU Library for CSVP, and Intel Sandy Bridge Architecture 4.8 provide the hardware model of the APR-39D(V)2 microprocessor system. The Wind River Simics Model Builder 4.8 provides the model development environment to create and modify the hardware model of the APR-39D(V)2 microprocessor system. Software Simulation for the APR-39D(V)2 can only be performed during the early development phase using these Wind River Simics tools due to the scarcity of APR-39D(V)2 hardware. The Wind River Simics Hindsight 4.8, Analyzer 4.8, CSVP 4.8, CPU Library for CSVP 4.8, and Model Builder 4.8 supports the ongoing APR-29D(V)2 program to maintain code that was developed, tested and fielded, and to develop new code that cleanly integrates with the existing codebase. The contractor shall provide subscriptions for the following product: Line# - Product Code - Product Description - Qty 1 - 535-179009 - Simics CPU Library for CSVP, Intel Sandy Bridge Architecture, v4.8, Subscription, Floating - 10,000 2 - 535-178388 - Enterprise Support & Maintenance, Subscription - 10,000 3 - 535-179060 - Wind River Simics Customer-Specific Virtual Platform, v4.8, Subscription, Floating - 1 4 - 535-178388 - Enterprise Support & Maintenance, Subscription - 1 The contractor shall provide maintenance support for the following product: Line# - Product Code - Product Description - Qty 1 - 535-103796 - Annual e-Support Renewal: Wind River Simics Model Builder, v4.8, Perpetual, Floating - 1 2 - 535-103796 - Annual e-Support Renewal: Wind River Simics Hindsight 4.8, Perpetual, Floating - 4 3 - 535-103796 - Annual e-Support Renewal: Wind River Simics Analyzer, v4.8, Floating, 4 4 - 535-178389 - Enterprise Support Entitlement to Enterprise Support for line item(s) 5-7 above - 1 The contract type is anticipated to be Firm Fixed Price (FFP). The estimated period of performance consists of a base year and 1 one-year option for a total period of performance of two (2) years. The anticipated start date is January 2016. The applicable NAICS code for this requirement is 511210 with a Small Business Size Standard of $38.5M. The anticipated Product Service Code (PSC) for this requirement is 7030. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Interested parties are requested to submit a brief capabilities statement (no more than ten (10) 8.5 X 11 inch pages in length, 12 point font minimum). This documentation must address, at a minimum, the following: 1. Title of the requirement you are applying to. 2. Company Name; Company Address; Point-of-Contact (POC) name, phone, fax number, and e-mail address. 3. Company Size (Small or Large according to the NAICS and size standard listed). If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the contract referenced relates to the requirements described above. 5. Company profile to include number of employees, annual revenue, office location(s), cage code, and DUNS number. 6. Demonstrate technical capability to achieving the "REQUIREMENTS" by: a. Providing "Simics Certified" software maintenance, including regular updates to the following tools: Simics Hindsight v4.8, Simics Analyzer v4.8, Simics Model Builder 4.8. b. Providing "Simics Certified" license files for the tools listed in 6a. c. Capable of analyzing and correcting bug reports provided by the Navy for the tools listed in 6a. d. Providing subject matter experts, as needed, to answer questions and provide user direction for Navy personnel who are actively utilizing the tools listed in 6a. e. Providing subject matter experts, as needed, to provide guidance to Navy personnel who are (a) developing new models or modifying existing models using Simics Model Builder 4.8, (b) executing these models using Simics Hindsight 4.8 and (c) analyzing these models using Simics Analyzer 4.8. f. Providing "Simics Certified" software maintenance for the CSVP model library, including regular updates of each model in the library. g. Providing "Simics Certified" license files for each model in the CSVP model library. h. Capable of analyzing and correcting bug reports provided by the Navy for each of the models in the CSVP model library. i. Providing subject matter experts, as needed, to answer questions and provide user direction for Navy personnel who are actively utilizing the CVSP model library. j. Providing subject matter experts, as needed, to provide expert guidance to Navy personnel who are actively modifying any model within the CVSP model library. k. Providing field support personnel to assist Navy personnel in installing and configuring the tools listed in 6a, the CSVP model library, and properly configuring and installing the associated license file(s). l. Providing documentation needed by Navy personnel to properly utilize the tools listed in 6a, the CSVP model library and the associated license file(s). Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Aron DeMarco, in either Microsoft Word (fully compatible with Microsoft office 2003) or Portable Document Format (PDF), via email at aron.demarco@navy.mil. The deadline for response to this sources sought is 3:00 p.m. Pacific Time on 14 September 2015. Questions or comments regarding this notice may be addressed by email to aron.demarco@navy.mil. All documents submitted shall reference this synopsis number. Information and materials submitted in response to this request WILL NOT be returned. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8ceefe9c2c615146018350ef6da731b4)
- Record
- SN03872866-W 20150906/150904235041-8ceefe9c2c615146018350ef6da731b4 (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 |