Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOURCES SOUGHT

D -- VEHICLE LINUX OPEN SOURCE OPERATING SYSTEM FOR ARMY PLATFORMS

Notice Date
1/11/2018
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
PANWRN-18-P-0000-061146
 
Archive Date
4/19/2018
 
Point of Contact
Angela Vendittelli, Phone: 5862829040
 
E-Mail Address
angela.a.vendittelli.civ@mail.mil
(angela.a.vendittelli.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) FOR: VEHICLE LINUX OPEN SOURCE OPERATING SYSTEM FOR ARMY PLATFORMS THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND SHALL NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. AFTER REVIEWING THE DESCRIPTIONS CURRENTLY POSTED TO FEDBIZOPS, INTERESTED CAPABLE VENDORS ARE INVITED TO PROVIDE RESPONSES. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR REPONSES. Additionally, your response will be treated only as information for the Government to consider. As previously stated respondents will not be entitled to payment for direct or indirect costs that are incurred in responding to this RFI. Furthermore, this request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Statement of Work/Performance Work Statements and/or Statement of Objectives. Interested parties are responsible to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. The Government appreciates the time and effort taken to respond to this Request for Information and acknowledges its obligations under the United States Code Title 18 U.S.C. 1905; to protect qualifying information received specifically marked confidential or proprietary. INSTRUCTIONS FOR RESPONDING TO THIS REQUEST: Any request for clarifications (questions) shall be sent via email to Angela Vendittelli at angela.a.vendittelli.civ@mail.mil. Responses to this request for information should be sent via e-mail to Angela Vendittelli at angela.a.vendittelli.civ@mail.mil. You are requested to place "LINUX OPEN SOURCE OPERATING SYSTEM - Market Survey Response" in the subject line of the e-mail. If it is necessary to send more than one email, include the sequence number and total emails (for example, 1 of 2, 2 of 2). The responses, to include attachments, shall be in MS Word or PDF format and shall not exceed 20 pages. The cut-off date for questions is February 5, 2018. Questions that are received by this office after the deadline will be considered late and may not be answered. Please note that all questions and answers will be posted anonymously to this website. Responses to the RFI are due on February 15, 2018. Responses received after this, whether received by email or by mail, may not be considered. DISCLAMER: Proprietary and other sensitive information should be clearly marked with requested disposition instructions. Submitted materials will not be returned. The Government is not responsible for the public disclosure of unmarked data received in response to this RFI. Accordingly, the potential offeror shall ensure that technical data provided in response to this RFI shall be appropriately marked (i.e., proprietary) to ensure proper Government handling of the data. Should the USG need to reproduce the protected data for distribution purposes between Government offices, all such data shall be reproduced with restrictive legends in place. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. The Government will not pay for any information solicited. No evaluation letters or results will be issued to the respondents. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be posted on FedBizOpps. It is the respondent's responsibility to monitor the site for the release of further information. The Government intends to review all responses submitted by Industry and may use this data to refine requirements. The United States Government (USG) acknowledges its obligations under 18 U.S.C. §1905, The Trade Secrets Act, to protect confidential information provided to the USG. Pursuant to this statute, the USG is willing to accept proprietary restrictions placed upon data presented in response to this RFI and to protect such information from unauthorized disclosure, subject to the following: • Data must be in writing and be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified on what data is proprietary. • Mark as proprietary only data that is truly confidential and to which there is a legal property right. • Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. Do not mark data that us available to the USG or to the public without restriction from another source. • Do not submit any classified data in response to this RFI. • Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: "PROPRIETARY PORTION BEGINS" and "PROPRIETARY PORTION ENDS." If a Request for Proposal (RFP) is issued following this notice, it is anticipated that a requirement for contract performance will include the ability to handle classified information and comply with the applicable International Traffic in Arms Regulation (ITAR). Purpose: This RFI outlines the need for a Linux based Open Source Operating System (OS) for Army platforms that includes ground vehicles such as: M1A2 Abrams, M2 Bradley, Armored Multi-Purpose Vehicle (AMPV), Stryker Family of Vehicles, and M109 Paladin. The platforms such as the Mine-Resistant Ambush Protected (MRAP), remote device control systems, and Maintenance Support Device (MSD) may use this OS. The Army is interested in leveraging the following: • National Security Agency (NSA) sponsored Security Enhanced (SE) Linux, common Open Source Linux Operating Systems • Expertise in DoD Information Assurance Certification and Accreditation • Weapons Systems Safety Releases • Embedded systems lifecycle support. Background: Linux is a free open source software with code provided by an international community. The Army wants to ensure that a clear licensing is maintained with any software provided and to avoid any proprietary software. The Army wants to maintain Government Purpose Rights over all object and source code. Furthermore, the Army is concerned with Software Supply Chain Assurance of all code, to include development tools. Development tools must be affordable and are readily available to the USG and its contractors. The Army is interested in a Linux software where the software supply chain risks are reduced and managed to preclude any safety and security issues. The Army wants to clearly delineate the portions of the software that are within Public domain, and have Open Source Licensing enumerated to specific type of license. The Army is seeking a Linux distribution that has: A. No ongoing costs for OS maintenance. B. Long-term life cycle support and stability C. The support for embedded computing systems that many not have keyboards, displays, or other conventional peripherals. D. The support for computing systems with unique device drivers. Requested Information Responses may be submitted in respondent's preferred format. Abbreviations should be defined either on first use or in a glossary. Charts and graphics should have quantitative data clearly labeled. Assumptions should be clearly identified. Interested organizations who believe they are capable of providing all or part of the information requested in the details below, and based on the context provided in the Purpose and Background sections, are invited to indicate their interest by furnishing: a. Organization Information to include: i. Organization name ii. Organization address iii. CAGE code [if applicable] iv. Anticipated Suppliers v. Business Point of Contact (POC) name, e-mail address, and telephone vi. Technical Point of Contact (POC) name, e-mail address, and telephone b. A list detailing the offerings/systems applicable to this RFI, to include: 1. What products does your company offer or plan to offer that may be applicable to this RFI? For each product detail: i. The current State of the product (e.g. is it in concept, prototype, development, production, qualified, or fielded) A. Current fielded (in production usage) of offerings, with an emphasis on offerings identical to proposed configuration for the Army B. POC information for the user and developer of these implementations C. Lists of Defects and/or Errata D. Future life expectancy of the product ii. Hardware and software architecture of your product A. Support/interoperability with microkernel OS B. Jitter within the framework of deterministic operation iii. Computing resources, capabilities, and interfaces. iv. Time frame or timeline for the availability of the product (i.e. development, production, lead times) v. Power management/thermal management vi. Hardware limitations, restrictions, and caveats vii. How your product meets the following capabilities/features of the target Open Source Linux OS: Features: • SE Linux with all extraneous libraries/modules removed. • DoD contractor provided custom software installed on SE Linux (such as unique device drivers) • NSA accredited image (standard images, for example of the Notional 20,000 copies in FY 26, less than 50 configurations) Technical capabilities: • Demonstrated support of working with embedded Intel i7 processor hardware. • Support for working with ARM processor embedded hardware (such as 64-bit ARM8). • Potentially support for working with PowerPC processor embedded hardware. • Operational in Army vehicles' environmental conditions. Reference TACOM ATPD-2404A and TACOM ATPD-2407. • Support Vehicle Integration for C4ISR/EW Interoperability (VICTORY) (check the VICTORY website: http://victory-standards.org/index.php/pub-docs for further information) services to VICTORY- compliant devices throughout the vehicle(s). • Supports execution of VICTORY 1.6.2 compliant services. • Certified to operate and for the interested organization to maintain in a classified secret embedded environment. • Certified to operate and for the interested organization to maintain as a safety certified system reference AR 385-10, The Army Safety Program. Miscellaneous: • Ability to work with integrators to the Army under a non-disclosure agreement. • Prepared to include and support a NIST certified FIPS 140-2 Data At Rest (DAR) library. 2. A List of all VICTORY specifications/standards the product supports or plans to support. 3. The maturity of your product for each configuration item including (Hardware, Software and Firmware). 4. Provide historical reliability, fielding, and/or test data identified within the scope of this RFI of configuration items on military systems/applications if applicable. 5. Any additional information about your company's products which may be helpful to consider when developing this product. 6. Product license types. 7. Any restrictions on usage, cross-licensing, and redistribution. 8. A list of required tools, dependencies, and build libraries. Indicate if there any restrictions on use or cost associated with their use. 9. Memory and performance optimization tools and capabilities. 10. Ability to "fuzz", obfuscate, sign code, and preclude reverse engineering of object code.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/57352ec1e8d8f5ba51c1ad48f939c7cb)
 
Record
SN04788052-W 20180113/180111231422-57352ec1e8d8f5ba51c1ad48f939c7cb (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.