Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2016 FBO #5453
SOURCES SOUGHT

D -- CECOM SEC EISD - MIDAS

Notice Date
10/26/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering 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-17-MIDAS
 
Archive Date
11/17/2016
 
Point of Contact
Cathy L. Rosenkranz, Phone: 4438618005
 
E-Mail Address
cathy.l.rosenkranz.civ@mail.mil
(cathy.l.rosenkranz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought Notice is to identify to the Government potential sources interested in this procurement. The Communications-Electronics Command (CECOM) Software Engineering Center (SEC) Enterprise Information Systems Directorate (EISD) Satellite and Systems Management Division (SSMD) is responsible for providing Post Production Software Support (PPSS), program management, analysis, system architecture, software engineering, system engineering, requirements management, information assurance, lab facility management, formal review requirements, required deliverables, incidental travel, equipment responsibilities and utilization, and technical support to the Multiplexer Integration and Digital Communication Satellite Subsystem (DCSS) Automation System (MIDAS). The MIDAS application assembly language, microprocessors, and software development facility test bed were developed by, and are proprietary to, Raytheon. The Government does not possess a Technical Date Package (TDP) for the MIDAS. The Raytheon Company is the incumbent. Background CECOM SEC EISD SSMD provides Post Production Software Support (PPSS) and Post Deployment Software Support (PDSS) services to Program Executive Office for Enterprise Information Systems (PEO EIS) and Program Manager Defense Communications and Army Transmission Systems (PM DCATS), as well as other CECOM, Department of the Army (DA) and Department of Defense (DoD) organizations and agencies. The PPSS services include all activities necessary to ensure the reliability, maintainability, interoperability and configuration integrity of the software components used in communications and related Mission Critical Defense Systems (MCDSs) for both systems under development and systems deployed to operational units worldwide. Specifically, SEC applies the software development expertise necessary to ensure that systems under development are designed to be reliable and maintainable. In addition, SEC operates and maintains the laboratory facilities and provides services necessary to develop new version releases; provides interoperability testing; offer field engineering services as required to support field testing of software releases and in support of the warfighter. The Multiplexer Integration and Digital Communication Satellite Subsystem (DCSS) Automation System (MIDAS) provides critical switching and multiplexing functionality to the Teleport and Standardized Tactical Entry Points (STEP) sites to which it is deployed. Without this critical switching/multiplexing capability, Defense Systems Information Networks (DISN) services (SIPRNET, DSN, etc.) cannot be processed through the STEP and Teleport sites. War fighters in CENTCOM and other worldwide locations still rely on MIDAS to properly route DISN services to satellite communications (SATCOM). This contract will establish the requirements of a Cost Plus Fixed Fee (CPFF) Term contract consisting of one base year and two option years with an anticipated Period of Performance (POP) from 6/28/2017 through 6/27/2022 for the following efforts: REQUIRED CAPABILITIES: 1. Provide Post Production Software Support (PPSS) for Multiplexer Integration and Digital Communication Satellite Subsystem (DCSS) Automation System (MIDAS). • The Contractor shall host, plan, brief, conduct, and attend all meetings and program reviews for MIDAS software sustainment. • The Contractor shall maintain Configuration Management (CM) for MIDAS software sustainment. • The Contractor shall prepare white papers and technical reports for the MIDAS software sustainment. • The Contractor shall prepare, analyze, and attend meetings for Software Change Reports (SCRs) for MIDAS software sustainment. • The Contractor shall implement Software Configuration Control Board (SCCB) approved SCRs and prepare software documentation for MIDAS software baseline. • The Contractor shall conduct, provide status, and document software testing for MIDAS software baseline. • The Contractor shall prepare software documentation for MIDAS Software Release. • The Contractor shall document, plan, and conduct software quality assurance for the contract. • The Contractor shall prepare and maintain software development and test schedule for each MIDAS software release. • The Contractor shall update and maintain technical bulletins, helps files, and technical manuals for the MIDAS. 2. Operate and maintain MIDAS Help Desk Support 9am-5pm Eastern Time Monday through Friday excluding Government Holidays. • The Contractor shall create and log Software Trouble Reports (STRs) for all phone calls and emails from the field. • The Contractor shall track, respond, and resolve issues from the field. 3. Provide MIDAS Training Support. • The Contractor shall prepare training materials for MIDAS trainer courses. • The Contractor shall conduct MIDAS trainer course(s) for the Government Team. 4. Provide Cybersecurity support. • The Contractor shall assist the Government to prepare and execute all associated tasks required to obtain and maintain the Risk Management Framework (RMF) Authorization-To-Operate accreditation for the MIDAS system. • The Contractor shall provide inputs to the Government designated Information Assurance Program Manager (IAPM) / Information System Security Manager (ISSM) and configuration management for the MIDAS system artifacts. • The Contractor shall perform corrective actions based on the Plan of Actions and Milestones (POA&M) for the MIDAS System. • The Contractor shall establish and maintain subscriptions to Government provided DoD and Army sites for security for security alerts, bulletins, and as well as vendor provided security updates to maintain the MIDAS System security posture. • The Contractor shall request and maintain appointment orders for personnel performing Cybersecurity duties and Army Training and Certification Tracking System (ATCTS) accounts for the MIDAS System. • The Contractor shall perform work on accredited or secure systems for this contract. • The Contractor shall safeguard information and report incidents for the MIDAS System. Submitted documentation should address, 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.) Since the government does not own the technical data package, the company shall provide a detailed strategy on how these requirements would be completed. 2.) What type of work has your company performed in the past in support of the same or similar requirements listed in the required capability above? 3.) What specific technical skills and domain knowledge does your company possess which ensure capability to perform the requirements? 4.) Interested companies may provide a "White Paper", no more than 10 pages in length, 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. 5.) 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 5 219-14, 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. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, NAICs Code, etc. 7.) 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. 8.) 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 2 November 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cf68d3700d608619fcadcb54addf1f6a)
 
Place of Performance
Address: RAYTHEON COMPANY, 1001 BOSTON POST RD E, MARLBOROUGH, Massachusetts, 01752-3770, United States
Zip Code: 01752-3770
 
Record
SN04313414-W 20161028/161026234405-cf68d3700d608619fcadcb54addf1f6a (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.