Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2016 FBO #5228
MODIFICATION

58 -- Market Survey for Request for Information (RFI) in support of Software Defined Radio Software Interoperability, Operation and Sustainment - RFI #2 Documents

Notice Date
3/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T16R0007
 
Point of Contact
Michael M. Gomes, Phone: 4438614967
 
E-Mail Address
michael.m.gomes.civ@mail.mil
(michael.m.gomes.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI #2 Comments Matrix WF Capability Matrix Speadsheet Draft SOW The purpose of this change (Change 2) is the announcement to provide a new Request for Information to industry based on information previously received and provide a draft Waveform (WF) and Network Services (NS) SwISS Statement of Work (SOW) for comment from Industry. This notice is issued solely for information and planning purposes - it does not constitute a Final Solicitation or a promise to issue a Final Solicitation in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future Final Solicitation, if issued. If a Final Solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor these sites for additional information pertaining to this requirement. If a Final Solicitation is released, it is planned to be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor these sites for additional information pertaining to this requirement. If your company is interested in this planned procurement, then it is advised that you monitor the Federal Business Opportunities (FBO) website at HTTP://WWW.FBO.GOV. I) Request for Information #2 1) In order to further assist the government in assessing the maturity of Vendor capabilities, each vendor is encouraged to complete the WF Capability Matrix Spreadsheet. Please provide relevant comments for the WFCapabilityMatrix in the PdM WF RFI2 Comment Matrix. Comments not relevant to the WF Capability Matrix may be provided in a separate Comment Page in the vendor's format. A threshold waveform or network service is defined as task order that may be awarded immediately upon award of the contract subject to the availability of funds. A delayed waveform or network service is defined as task order that is not planned to be awarded immediately upon award of the contract but may be included during the period of performance of the contract. The vendor may provide relevant comments for the SOW in PdM WF RFI2 Comment Matrix. Comments not relevant to the SOW or WF Capability Matrix may be provided in the vendor's format. a) The self-assessment criteria for System Engineering Category is the Capability Maturity Model Integration (CMMI) Level 1-5 (or similar) defined as: Level 1 - Initial: Processes are usually ad hoc. Success in these organizations depends on the competence and heroics of the people in the organization and not on the use of proven and documented processes. Software project success depends on having quality people. Level 2 - Managed: Software maintenance/enhancement/development successes are repeatable, but the processes may not repeat for all the projects in the organization. The organization may use some basic project management to track cost, schedule, and performance. Level 3 - Defined: Processes characterized for the organization and is proactive. These standard processes are used to establish consistency across the organization. Software projects establish their defined processes by the organization's set of standard processes according to tailoring guidelines. Level 4 - Quantitatively Managed: Processes measured and controlled. Using precise measurements, management can effectively control the software effort. In particular, management can identify ways to adjust and adapt the processes to particular projects without measurable losses of quality or deviations from specifications. At this level, the organization sets a quantitative quality goal for software maintenance, enhancement, and development processes. Level 5 - Optimizing: Focusing on continually improving process performance through both incremental and innovative technological improvements. Quantitative process-improvement objectives for the organization are established, continually revised to reflect changing business objectives, and used as criteria in managing process improvement. If CMMI Level is not used, please provide a similar process/certification used and provide a justification for the similarity of the alternate process/certification to CMMI in the Additional Comment Page(s). b) The self-assessment criteria for Waveform Development (and Test) Environment (WDE), Waveform, and Network Management-to-Waveform Interface categories is based on Technology Readiness Level (TRL) 1-9 defined below as NONE - If a Vendor does not have any capability in the given area, the capability element in the matrix may be left blank TRL 1 - Basic principles observed and reported. TRL 2 - Technology concept and/or application formulated. TRL 3 - Analytical and experimental critical function and/or characteristic proof of concept. TRL 4 - Component and/or breadboard validation in a laboratory environment. TRL 5 - Component and/or breadboard validation in a relevant environment. TRL 6 - System/subsystem model or prototype demonstration in a relevant environment. (Over-the-Air (OTA) Developmental Testing with Field Support Staff) TRL 7 - System prototype demonstration in an over-the-air operational environment. (OTA Developmental Testing with Service units, e.g. NIE System Under Evaluation) TRL 8 - Actual system completed and qualified through test and demonstration. (Successful Limited User Test) TRL 9 - Actual system proven through successful mission operations. (Successful Operational Test, ready for Fielding) c) For each entry placed in the matrix, request the vendor provide the experience of the capability by providing the following information for up to five (5) recent and relevant contracts with special priority given to multiple awards IDIQ contracts. These experiences may include DoD, Federal, State, and Local Government. i. Contract Number (and delivery order number if applicable) and Commercial and Government Entity (CAGE) code, DUNS Number and NAICS code; ii. Contract Type (specific type such as Fixed-Price (FP), Cost Reimbursement (CR), Time & Material (T&M), etc.). In the case of Indefinite Delivery contracts, indicate specific type (Requirements, Definite Quantity, and Indefinite Quantity) and secondary contract type (FP, CR, T&M, etc.); iii. Total Value of the Contract: (beginning & ending value); iv. Contract Performance Schedule and Actual Dates of Contract Performance; v. Government or Commercial Contracting Activity Address, Telephone Number and E-mail; vi. Procuring Contracting Officer's (PCO) and/or Contract Specialist's Name, Telephone Number and E-mail; Government (DCMA) or Commercial Administrative Contracting Officer (ACO), Contracting Officer's Representative (COR), Performance Certifier, and/or Quality Assurance Representative (QAR), Name, Telephone Number and E-mail "Recency" is a measure of the time that has elapsed since reference occurred. Recency is generally expressed as a time period during which past performance references are considered relevant. "Relevancy" is a measure of the extent of similarity between the service/support effort, complexity, dollar value, contract type, and subcontract/teaming or other comparable attributes. In addition to recent and relevant experience or in the absence of experience, the vendor may also provide propose teaming arrangements that will assist with the vendor in obtaining experiences in the capability within the Comment Page(s). 2) In order to further assist the Government in determining the acquisition strategy for SDR networking software in various phases of the product lifecycle (e.g. development - SDR integration - testing - fielding - sustainment), interested vendors are invited to respond to this market survey by providing information a) Does the draft WF and NS SwISS SOW cover all subcomponents to your Waveform Development Environment ecosystem (Section 4.0)? If not, please provide additional information. b) What data rights does the Government need to meet its requirements outlined in the RFI for Waveform Development Environment Ecosystem (including all software and hardware subcomponents) c) In order to maintain a competitive market place and in order to fulfill the requirements of the U.S. Code Title 10 § 2464, the government's intention is to seek unlimited data rights for all deliverables provided for maintenance, sustainment, operations, and training. Please provide any feedback or concerns with this approach as related to the Statement of Work and the deliverables. d) In order to maintain a competitive market place and in order to fulfill the requirements of the U.S. Code Title 10 § 2464, the government's intention is to seek at least Government Purpose Right for all deliverables provided for development and enhancements. Please provide any feedback or concerns with this approach as related to the Statement of Work and the deliverables. e) Please highlight what data rights your Company would be willing to offer the Government to I.2.b and II.2.c. f) Are there different approaches to portability of waveforms and network services that the Government should be considering? g) Are there different approaches to validating software quality and portability that the Government should be considering? h) Describe any specific processes and/or tools that the Government should consider to efficiently manage multiple vendors participating in a MA-IDIQ contract. II) Request for Comment The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is providing a draft Statement of Work for Waveform and Network Management SwISS for review and comment by industry. In particular, please comment on the waveforms listed in Statement of Work. The vendor should provide a detailed rationale if you feel that specific waveforms should be removed, changed or added. Please provide relevant comments for the Statement of Work in the PdM WF RFI2 Comment Matrix. Comments not relevant to the SOW may be provided in the vendor's format. III) Submission Details The Government will review all comments, and as appropriate, will incorporate changes into updated versions of the draft/final Solicitation as applicable. These documents will be made available at a later date. Where appropriate, responses to questions which will not specifically be addressed by Solicitation changes, as well as those responses related to non-proprietary industry questions will be posted here as well when they are complete. Responses to this RFI shall be submitted no later than April 5, 2016, 12 PM EDT to michael.m.gomes.civ@mail.mil. All proprietary and restricted information shall be clearly marked. Any documentation provided will not be returned. Questions, Comments and Responses should be in MS Office 2007 or Adobe PDF formats. E-mail messages must be less than 10 MB in size. If larger files are submitted, they must be broken into separate messages. All communications SHALL be submitted ONLY in writing AND directly to the email addresses identified. Contractors shall not contact any other Government Personnel other than the person identified above. Contacting any Government personnel other than the individual identified above could result in an organizational conflict of interest (OCI) and could result in an offeror being excluded from competition and/or award. All communications SHALL be submitted ONLY in writing AND directly to the email addresses identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/85f62947c3eb1fe9fdca28ac1132e576)
 
Record
SN04051038-W 20160317/160315235423-85f62947c3eb1fe9fdca28ac1132e576 (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.