Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOURCES SOUGHT

D -- US Army I2WD Software Sustainment

Notice Date
12/6/2017
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
I2WD-Software-Sustainment
 
Point of Contact
Christopher M. Laird, Phone: 4438615386, James E. Farnsworth, Phone: 443-861-4760
 
E-Mail Address
christopher.m.laird2.civ@mail.mil, james.e.farnsworth8.civ@mail.mil
(christopher.m.laird2.civ@mail.mil, james.e.farnsworth8.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT (SSA) AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS, REQUEST FOR QUOTATIONS, OR A REQUEST FOR PROPOSALS. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ACQUIRE ANY PRODUCTS OR SERVICES, NOR DOES THE GOVERNMENT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Additionally, your response will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this SSA. Furthermore, this request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. Interested parties are responsible to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. The requirements identified below are all encompassing and necessary to support Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Systems Operations, Installation, Logistics, Maintenance, and Related Sustainment Support for Elevated Sensor Systems from 21 Dec. 2017 to 20 Dec. 2018. Description of Requirement: The purpose of this sources sought is to locate potential industry sources capable of providing support to US Army, Intelligence and Information Warfare Directorate (I2WD). The process encompasses sustainment capabilities, which consist primarily of maintaining existing software into associated Programs of Record (POR). Services include the Intelligence, Surveillance & Reconnaissance (ISR) capabilities. These services will support the efforts for hardware and software that has become part of the architecture embedded systems, and associated PORs. The services are required from 21 December 2017 through 20 December 2018. Due to critical fielding and training schedule deadlines, no transition-in time/period will be provided. This is an existing requirement and I2WD will need these services for approximately twelve (12) months, starting on 21 December 2017 in order to transition into sustainment. Leading up to this transition to Post Production Software Support (PPSS), the Government requires the ability to evaluate and apply priority bug fixes, IVAM-patches with resulting bug fixes and continued vendor deliveries in order to execute and apply mandatory updates to the POR baseline. The contractor shall support: 1. Sustain and maintain End of Life (EOL) software applications 2. Test-Fix-Test of bug fixes 3. Progress in support of Fielding and Training 4. Support monthly Information Assurance Vulnerability Management (IAVM) releases 5. Evaluate and validate Redmine issues to resolution The contractor shall ensure that software components are leverage in ways that are maintainable and sustainable. The contractor shall support the evaluation of various Commercial-Off-The-Shelf and Government-Off-The-Shelf (COTS/GOTS) products prior to transition into the approved baseline. This effort supports Overseas Contingency Operations (OCO) which provides combatant commanders with the ability to maintain existing equipment capabilities. Interested vendors are required to demonstrate their technical and management capabilities to meet the requirements and demonstrate their ability to provide immediate support. All responses should include a cover page with the following information: 1) Company Name, Contact Name, Position, Telephone, Email, Company URL 2) Commercial and Government Entity (CAGE Code) 3) North America Industry Classification System (NAICS) code 4) Data Universal Numbering System (DUNS) number 5) Identification of business size, i.e. large or small business (must identify any socio-economic categories) Responses as a potential source of the described support/services above are due by Friday, 08 December 2017, close of business (5:00 PM EST). Telephone or email requests for additional information will not be honored. Responses must be unclassified and must not exceed 15 pages in length (includes cover page, and table of contents). Double sided printed pages will be counted as two pages. Responses must be with fonts no smaller than 10 point, and one inch margins. Information is to be presented in a continuous form in either Microsoft Word, Powerpoint, or Adobe PDF. Information will be provided through email only to the following email addresses: James.E.Farnsworth8.civ@mail.mil and Christopher.M.Laird2.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/589a3a8614a7c9b830e4808a4571346c)
 
Place of Performance
Address: 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland 21005-1846, United States, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04758961-W 20171208/171206231332-589a3a8614a7c9b830e4808a4571346c (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  © 1994-2020, Loren Data Corp.