Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
SOURCES SOUGHT

10 -- Request for Information for a Surface Combatant Combat System Engineering Agent (CSEA)

Notice Date
5/17/2018
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-19-R-5101
 
Archive Date
6/30/2018
 
Point of Contact
Akansha Anand, Phone: 2027813837, Erin Anderson, Phone: 2027812981
 
E-Mail Address
akansha.anand@navy.mil, erin.anderson1@navy.mil
(akansha.anand@navy.mil, erin.anderson1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) as defined in FAR 15.201(e). The Navy is requesting information regarding industry's capabilities and related experience to assist the Navy in future development, integration and delivery of combat systems for Surface Combatants. Industry capabilities will need to support system engineering, software development and system test as the Navy's future Surface Combatant Combat System Engineering Agent (CSEA) for AEGIS cruisers and destroyers, new construction large and small surface combatants, and other related programs including Littoral Combat Ship (LCS), U.S. Coast Guard (USCG), and AEGIS Foreign Military Sales (FMS). The Navy anticipates consolidating three requirements into one contract action: AEGIS CSEA, FFG(X) CSEA, and CSEA for future evolution of the LCS Combat System. In accordance with planned Combat System maturity, each of these requirements will transition CSEA support efforts during the planned period of performance of the Surface Combatant CSEA contract action. As the Surface Combatant CSEA and primary capability developer, the Contractor shall perform the necessary System and Software Engineering, Computer Program Development, Test, and Documentation. The CSEA will provide the material, equipment, and technical engineering required to define, design, develop, integrate, test, deliver and support the AEGIS Weapon System (AWS), AEGIS Combat System (ACS), and related combat systems for the U.S. Navy. Work is planned to commence prior to the expiration of the current CSEA Period of Performance (March 2023) with a notional contract period of performance up to 10 years. The CSEA's primary efforts will include: 1. Assisting the U.S. Navy in managing, maintaining and evolving the AEGIS Common Source Library (CSL) for applicability to Surface Combatants, 2. Performing software maintenance activities for CSL, including AEGIS Baselines 5.x, 7.x, 8.x, 9.x, 10.x, as well as LCS Freedom Baseline 3.x, USCG, and AEGIS FMS, 3. Developing new software functionality to integrate future warfare capabilities and/or enhance existing warfare areas within the CSL, 4. Integrating sensors and weapons with the CSL and conducting system level testing for U.S. Navy acceptance and combat system certification, and 5. Implementing evolutionary changes to the software architecture and development environment for future combat systems requirements. The Navy anticipates a majority of the work to be performed at the contractor's site with potential use of Navy hardware-in-the-loop facilities for system test and certification such as the Combat Systems Engineering Development Site (CSEDS) located in Moorestown, NJ, the Surface Combat Systems Center (SCSC) located in Wallops Island, VA, or other combat system element development sites. The Navy expects the contractor will provide facilities for development, maintenance of software libraries, and a test bed for software testing. The applicable NAICS code is 334511: Search, detection, navigation, guidance, aeronautical, and nautical system and instrument manufacturing. RFI Purpose: For this RFI, the Department of the Navy, Naval Sea Systems Command (NAVSEA), Program Executive Office Integrated Warfare Systems (PEO IWS) would like to gauge industry interest and capability in providing system engineering, software development and test & evaluation engineering as the Surface Combatant CSEA, and for industry to identify barriers that hinder participation in a future competitive procurement. To ensure maximum opportunity for industry response, PEO IWS anticipates that interested parties may only have capabilities in select areas of the RFI. PEO IWS welcomes partial responses to the scope of work noting that Source Company Information must be included in the response. PEO IWS is interested in the full potential of industry responses including small businesses. Interested parties shall address the following in the RFI submission: 1. Company Information a. Provide company name, address, DUNS number, CAGE code, tax identification number, designated representative name(s) and point of contact, including phone numbers and e-mail addresses. b. Provide number of employees employed by company, and annual revenue/receipts for the last three (3) completed company fiscal years. c. Identify contracts within the last five (5) years with similar scope and provide brief overview of company responsibilities. d. If a small business, identify type of small business (e.g. 8(a), Hubzone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned). 2. Experience and Performance Capability a. Common Source Library Management The Navy requests interested parties describe their technical and systems engineering experience to assist the Navy CSL leadership team for complex Combat System baselines such as AEGIS Baseline 9.x, AEGIS Baseline 10.x, USCG baselines, Small Surface Combatants, and FMS country baselines. The company should identify specific experience in developing, documenting, and refining the software processes/procedures required to establish, evolve, and sustain a CSL software model. Today, the AEGIS CSL is a collection of specifications, source code, and documented processes and instructions used to develop and maintain common software products. The CSL leverages commercial software development tools including IBM Rational® Suite family of products and BigLever Software Gears. To meet requirements of this role, the company should describe prior experience in providing software architectural guidance recommendations to enable future software baselines to optimize their requirements, optimize software design, and ensure that software requirements and design are compliant with the Navy directed software architecture and goals. The Navy requests the company describe prior successful approaches for transitioning legacy software baselines into a CSL-like management model that can be adapted to legacy combat systems, such as AEGIS Baselines 5.x or 7.x for cost and maintenance efficiencies. b. Software Maintenance The Navy requests the company describe experience and capability to support software maintenance and installation for in-service combat system baselines to include all variants of AEGIS Baseline 5.x, AEGIS Baseline 7.x, AEGIS Baseline 9.x, AEGIS Baseline 10.x, and other CSL-based in-service baselines to include USCG, Small Surface Combatants, and FMS countries. The Contractor will need to describe their experience in software languages and operating systems. The Navy requests the company describe capability to implement a rapid and effective transition of the in-service baselines to maintain the Navy's current CSL build process of three build deliveries and one baseline delivery per year. The company should describe expertise in software troubleshooting, defect documentation, coding and software testing to meet the Navy's requirements for software maintenance. The company should specifically discuss experience in analyzing documented defect observations received from their software development team, the Lifetime Support Engineering Agent (LSEA) and other activities and defining plans for resolving high priority/high payoff maintenance issues. The company should describe approaches to maintaining a classified database of documented defect observations and defect reports that the Navy can access, either at the contractor's facility or remotely, to assess the company activities and performance. The company should highlight prior efforts in coordinating and working with a Navy software management team, a LSEA and an In-Service Engineering Agent (ISEA) for delivered software baselines. The Navy is interested in innovative company approaches to this coordination that mitigate the inherent time and distance impacts of these Navy activities locations across the U.S. The company should describe their familiarity with software installation aboard new-construction, in-service, and shore installations, which are critical for rapid installation and certification of AEGIS and related baselines. The company should describe their experience with software installation and test teams that can rapidly install, test and resolve installation software issues in a cost effective approach. c. Software Development The Navy requests the company describe their current activities in software development to introduce new functionality or upgrades to an existing software baseline. The Navy is interested in the company describing their experience with software development teams that can evaluate candidate upgrades and modifications, develop software functions for transition into the CSL and execute software integration and test. The company should describe the extent of their experience in conducting system trade-off studies, defining software development plans, requirements development, software coding, software component testing, documenting software trouble reports, and developing and implementing System Security Plans to include Anti-Tamper requirements. The company should discuss implementation of innovations in software development such as distributed architecture, virtualization, machine learning and metadata modeling, as well as other techniques that reduce the Navy's software development timelines and improve software quality, cost effectiveness, and combat system performance. The company should describe their capability to implement, manage, and deliver multiple software development plans simultaneously. The Navy requires that the Contractor will develop multiple software builds per year, where builds are planned at least every four (4) months, to integrate CSL software components. The company should also describe successful approaches to integrating third-party-developed software components within each software development cycle (or build). The company should highlight experience in documenting each software build to include the design requirements, Unified Model Language TM (UML) representations, data models, and commented source code for the build as demonstrated. The Navy requests the company describe their capability to conduct and deliver system engineering studies and recommendations such as: i. Evaluating candidate CSL and combat system modifications, ii. Conducting modeling and simulation efforts for end-to-end combat system performance analysis, iii. Defining both software and related hardware Technology Insertion (TI) upgrades to meet USN and FMS requirements, iv. Conducting analysis of warfare systems capability shortfalls and developing requirements to detail those shortfalls, and v. Providing systems analysis to enhance reliability and maintainability of AEGIS Enterprise hardware and software in the Fleet. The company should describe any experience in defining technical requirements for processors, networking and displays needed for software performance that will be provided to the Navy for the TI Technical Data Package (TDP). The Navy is extremely interested in the company's proposed software metrics and data reporting that will enable the various Navy activities to monitor and assess the Contractor's software development program. The company should identify any software certifications or qualifications that are essential to executing software development such as CMMI maturity level. d. Software Integration and Test The company should identify their capability and capacity to perform multiple, simultaneous integration and test events to demonstrate, validate, and certify key future warfighting upgrades for the AEGIS, USCG, Small Surface Combatant, and FMS programs. The company should highlight prior experience in complex system level integration and their extensive knowledge in simulation and hardware-in-the-loop testing. The company should also describe their experience developing, integrating, deploying, and certifying cross domain solutions to address the protection of cross-domain interfaces up to and including TS/SCI and SAP interfaces. The company should describe engineering and test expertise for the integration and testing of upgrades at the system level utilizing either the Contractor's or Navy test sites. The company should identify their integration and test process and experience in: i. Developing an overarching test plan from software functions to integrated system performance to verify requirements for acceptance, ii. Conducting test program reviews to outline key test metrics and site requirements, and iii. Conducting system readiness reviews prior to a final system acceptance test or demonstration. The company should highlight their relevant experience in integrating third party developed hardware and software products with combat systems as the AEGIS baselines will require integration of a large number of GFE/GFCP such as tactical networks, above and below water sensors, missile launchers, missiles, and gun systems. The Navy anticipates an increase in capabilities developed by other parties will occur in the future and may be provided to the Contractor either as GFI, Navy Furnished Equipment (GFE), GFCP, or as a proprietary "black box" system with defined interface specifications. The Navy is keenly interested in reviewing potential approaches that can increase the cross-combat system software reuse and methods to accelerate Verification & Validation (V&V) activities during the integration and test phase of software development. e. Additional CSEA Requirements The company should describe any experience in defining technical requirements for processors, networking and displays needed for software performance that will be provided to the Navy for the TI TDP. The company should also summarize prior activities and capabilities in supporting Integrated Logistics Support (ILS) for combat systems to include as a minimum: i. Providing supportability engineering for the Combat System such as Failure Mode and Effect and Criticality Analysis (FMECA), Level of Repair Analysis (LORA), Support and Test Equipage List (STEL) and Reliability, Maintainability, and Availability (RMA) analysis, ii. Developing, delivering and verifying Combat Systems Operational Sequencing System (CSOSS) packages, iii. Developing and maintaining computing equipment suite of Technical Manuals (TMs), Electronic Technical Manuals (ETMs), and Planned Maintenance System (PMS) documents (i.e. Maintenance Requirement Cards (MRCs) and Maintenance Index Pages (MIPs), iv. Providing Diminishing Manufacturing Sources and Material Shortages (DMSMS) analysis services and identify Reliability, Maintainability & Availability (RM&A) impacts of DMSMS case resolutions, and v. Providing maintenance planning and provisioning for the TI computing equipment suites. f. Evolving the Combat System Architecture and Development Environment The Navy is interested in the company's ability to evolve the current CSL-based combat system architecture and development environment to meet an increasingly diverse set of operational requirements across US and international ship classes, and land-based tactical installations. The company should identify experience and concepts for evolving from legacy development and integration models into state-of-the-art development architectures and tools for the future such as: a. Methods, techniques, and development environments (physical or virtual) to integrate and implement 3rd party developed software and test solutions, b. Developing and integrating evolving Cybersecurity services, toolkits, middleware, appliances, applications, firmware, or software, and c. Application of system-level virtualization to reduce software dependencies on recurring COTS hardware changes. 3. Barriers to Competition Please identify any obstacles to competition in the areas of Government furnished information, development processes, maintenance processes, facilities or scope of work that would hinder or restrict the company's involvement in a future competitive procurement. NOTE: RFI responses shall be 30 pages or less, 1 inch margins, single-sided, and 12 point Times New Roman font or larger. Industry shall possess a facility security clearance level of Top Secret, Sensitive Compartmented Information (TS/SCI). The Navy is conducting market research to identify qualified and responsible sources that may be interested in the requirements described in this notice. This RFI is issued for informational and planning purposes only and does not constitute a solicitation or a Request for Quote (RFQ). This RFI is not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this RFI will become the property of the United States Government. Submitters should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition sensitive will be protected from disclosure under the public records law only if properly labeled as such. RFI Responses: Interested companies should provide a response on or before 4:00 pm EST, 15 June 2018. The submission should include one electronic (virus scanned) copy sent via e-mail to erin.anderson1@navy.mil and akansha.anand@navy.mil. Please include the RFI Title in the subject of the e-mail. All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contact listed in this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-19-R-5101/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04926637-W 20180519/180517231049-ab086f7e98b6959d762a46fa87bd3ccd (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.