Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
SOURCES SOUGHT

D -- Handheld Manpack & Small Form Fit (HMS) Post Production Software Support (PPSS)

Notice Date
3/30/2016
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56JSR) Division E, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56JSR-16-HMS
 
Archive Date
4/30/2016
 
Point of Contact
Cathy L. Rosenkranz, , Marie.S. Feinberg,
 
E-Mail Address
cathy.l.rosenkranz.civ@mail.mil, Marie.S.Feinberg.civ@mail.mil
(cathy.l.rosenkranz.civ@mail.mil, Marie.S.Feinberg.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI)/Sources Sought only. Do not submit a proposal or quote. After reviewing the description of requirements, interested capable contractors are invited to provide responses to the following questions. Responses should follow this format and be submitted electronically as one complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. The requested information will be used by the Government for market research purposes only and is not a Request for Proposal or a Request for Quote in that it will not be used to place an order with any vendor directly. This is for informational purposes only and the Government will not be obligated to award to any interested vendors that present information in response to this RFI. The purpose of this Sources Sought Notice/Request for Information (RFI) is to identify to the Government potential sources interested in this procurement. The Communications-Electronics Command (CECOM) Software Engineering Center (SEC), Command, Control and Communications -Tactical (C3T) Directorate is responsible for providing Post Production Software Support (PPSS) for Mission Critical Defense Systems (MCDSs). The Contractor must possess the requisite professional knowledge, equipment, and training capability to provide PPSS software sustainment support and effectively establish a government debug environment for support of Handheld Manpack & Small Form Fit (HMS) Low Rate Initial Production (LRIP) products. Background The HMS design, source code, technical data, and software development facility and test bed were developed by General Dynamics C4 Systems (GDC4S) under contract # W15P7T-04-C-E405. These components are specific to the General Dynamics C4S (GDC4S) developed LRIP Manpack and LRIP Rifleman Radios for software sustainment. GDC4S has developed specific test, code, repair, software bundles, and diagnostic software equipment. Restricted rights have been identified by General Dynamics, Thales, and Rockwell Collins for the following components: • Advanced Infosec Module (AIM) - GD • Selective Availability Anti-Spoofing Module (SAASM) - Rockwell Collins • Core Security Library (CSL) - GD • Multiband Inter/Intra Team Radio (MBITR) - Thales • High Powered Amplifier (HPA) software - GD The software development environment is currently located at GDC4S, Scottsdale, AZ. This effort is anticipated to be a Cost Plus Fixed Fee (CPFF) Term type for all line items other than travel and material which will be on a Cost basis in accordance with FAR 16.302. The Period of Performance will be for one (1) twelve month base period and two (2) twelve month option periods. This effort is anticipated to be awarded in Second Quarter 2017. REQUIRED CAPABILITIES: 1. Provide Post Production Software Support (PPSS) for HMS Rifleman Radio (AN/PRC-154A) and Manpack Radio (AN/PRC-155). • The Contractor shall brief, plan, participate, and conduct at meetings and program reviews for HMS software sustainment. • The Contractor shall maintain Configuration Management (CM) for HMS software sustainment. • The Contractor shall participate in Engineering Review Board (ERB) and technical review meetings for HMS software sustainment. • The Contractor shall prepare, review, and analyze Software Change Reports (SCRs) for HMS software sustainment. • The Contractor shall prepare, review, and analyze software modifications, Engineering Change Proposals (ECPs), and Request for Waivers (RFWs) for HMS software sustainment. • The Contractor shall analyze, implement, and design approved SCRs for HMS software. • The Contractor shall conduct and document software testing for HMS Software. • The Contractor shall participate, support, and document HMS software security verification testing for National Security Agency (NSA) Certification approval. • The Contractor shall prepare and deliver Software Development Build (SDB) package and documentation for HMS software. • The Contractor shall prepare and deliver ICM Build Package and software documentation for HMS Software Release. • The Contractor shall plan, conduct, and document software quality management for the contract. • The Contractor shall prepare and submit Task Order reports for this contract. • The Contractor shall prepare and maintain software development and test schedule for each HMS software release. 2. Establish HMS Software Debug Capability at CECOM SEC. • The Contractor shall prepare and maintain HMS Software Debug Capability schedule for establishing software debug capability at CECOM SEC. • The Contractor shall prepare and provide all necessary hardware, software tools, and documentation for HMS PPSS. • The Contractor shall install, setup, and test the HMS Debug Capability to ensure hardware and software tools are operational for HMS PPSS. • The Contractor shall prepare HMS Debug Capability training package(s) for HMS PPSS. • The Contractor shall conduct HMS Debug Capability training for HMS PPSS team to utilize debug support capability. The establishment of a Software Debug Capability includes the identification and procurement of the necessary equipment, software, software licensing requirements, and tools that provide the ability of debugging the current HMS software baselines. In development of the original software baselines, General Dynamics established unique licensing agreements with several software providers. Training must include a training package instructional modules for engineers in HMS LRIP debugging. Additionally, training must include hands-on software engineering support, to ensure HMS LRIP debugging competency requirements are met. It is requested that this documentation addresses at a minimum the following items (When responding to the questions below, cite previous experience in terms of: number of years of experience, size of projects and skillsets of resources provided): 1.) Provide the following Point of Contact information: Company: Address: Point of Contact: Phone number, Fax Number, Email Address 2.) Does your company possess a SECRET Facility Clearance with Secret safeguarding requirements? 3.) The interested companies should provide a detailed strategy for access to the necessary proprietary components. 4.) The interested companies should provide a detailed strategy for equipment, facilities, and tools to perform PPSS functions at no additional cost to the Government. 5.) What type of work has your company performed in the past 3 years in support of the same or similar requirements listed in the required capability above? 6.) What specific technical skills and domain knowledge does your company possess which ensure capability to perform the requirements? 7.) Interested companies may provide a "White Paper" (up to 10 pages) describing how your services and technical expertise could produce and deliver such capabilities as described in the "Required Capabilities" section above. Also, companies are encouraged to provide any innovative approaches and performance standards for measuring acceptable performance for these requirements. White papers and all other information received under this RFI will be reviewed by Government personnel only. 8.) Can or has your company managed a team of subcontractors before? If so, provide details. If this requirement resulted in a set aside per FAR part 19 and, in accordance with FAR 52.219-14, at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Provide an explanation of your company's ability to perform at least 50% of the requirements described in REQUIRED CAPABILITIES. 9.) Provide details regarding any anticipated teaming arrangements, strategic alliances or other business arrangments to satisfy requirements. Interested vendors are encouraged to identify teams, indicating each team member's size status based upon the North American Industrial Classification System (NAICS) code fo the work that the team member may be doing. List the process used in selecting the team members and ramp on additional personnel with skill sets required for this effort. 10.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 11.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Section 8(a) Program, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 12.) Does your company have a DCAA adequate accounting system? If not, highly recommend you to review the checklist and tools under www.dcaa.mil, and download the pre-award accounting system adequacy checklist. Contractors interested in providing this support must indicate by replying via Email to Cathy Rosenkranz, COMMUNICATIONS ELECTRONICS COMMAND (CECOM) SOFTWARE ENGINEERING CENTER (SEC), ABERDEEN PROVING GROUND, MD 21005 cathy.l.rosenkranz.civ@mail.mil. The Army does not anticipate holding interchange meetings with potential offerors. NOTE: This is a request for information only and all information received will be for planning purposes only. The CECOM Acquisition Center does not intend to award a contract on the basis of your responses nor otherwise pay for the preparation of any information presented or the use of any such information. All proprietary information should be marked as such. Responses indicating interest in this procurement as a prime or subcontractor are also requested. Interested parties should identify any GSA contracts or other established vehicles suitable for placing actions of this nature. The deadline for responses is 12:00 Noon EDT, 15 April 2016. Point of Contact Cathy Rosenkranz cathy.l.rosenkranz.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34d969418f54b0fe25798c6863e12c8a)
 
Place of Performance
Address: Government facilities located at the Aberdeen Proving Ground (APG), Maryland, APG, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04066856-W 20160401/160330234302-34d969418f54b0fe25798c6863e12c8a (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.