Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2020 SAM #6937
SOURCES SOUGHT

A -- Electronic Warfare Planning and Management Tool (EWPMT)

Notice Date
11/24/2020 8:48:19 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-R-G-0330
 
Response Due
12/24/2020 1:00:00 PM
 
Archive Date
01/08/2021
 
Point of Contact
Amber M. Lowe
 
E-Mail Address
amber.m.lowe3.civ@mail.mil
(amber.m.lowe3.civ@mail.mil)
 
Description
Description *** NOTE - This RFI is an updated to the previous market survey, which is more than 12 months old. *** Request for Information (RFI): Program Executive Officer (PEO) Electronic Warfare & Sensors (IEW&S), Project Manager (PM) Electronic Warfare & Cyber (EW&C), Product Manager (PdM) Electronic Warfare Integration (EWI), is conducting this RFI to identify additional industry sources capable of providing a range of services and efforts necessary to continue the design, build, integration, testing, delivery, and maintenance of the Electronic Warfare Planning and Management Tool (EWPMT) system. BACKGROUND PdM EWI is the Product Manager for the Acquisition, Development, Deployment and sustainment of the EWPMT. Facing an electromagnetic environment that is congested and contested among adversaries and nonaligned parties and the proliferation of electronic warfare (EW) technologies worldwide, the Army intends to develop a framework to integrate current and future EW capabilities into a networked, modular system capable of providing a unified EW capability across the force. �The EWPMT is a software application that gives Electronic Warfare Officers (EWO) and Electromagnetic Spectrum Manager (ESM) mission planning capability to plan, coordinate, manage, and de-conflict unit EW activities. It provides battle management for distributed, networked EW capability, aligned with fires and synchronize air/ground electromagnetic spectrum operations across the 2/3/6 areas of responsibility. EWPMT is currently being developed and supported under a separate contract with Raytheon.� EWPMT software is being transitioned to Sustainment Command for life-cycle support. This RFI is to continue the development of EWPMT Capability Drop (CD) 4, supporting current user�s requirements and complete transition of software to sustainment. REQUIREMENTS The required capabilities of EWPMT are as follows: 1. EW Mission Planning - Provide the data necessary to identify signal type or signal identification. For pulsed RADARs, this will include but is not limited to RF, pulse repetition interval, continuous wave (CW) and pulse width. 2. EW Effectiveness - Provide the capability to identify friendly vulnerabilities in the area of operations exploited by enemy actions.� Provide damage assessments of electromagnetic attacks of identified targets to determine if the desired effects were achieved or the target requires reattack.� Display current and post mission analysis to determine mission effectiveness and Battlefield Damage Assessment (BDA). 3. Reprogramming of Organic EW assets (Multi-Function Electronic Warfare (MFEW) and Terrestrial Layer System (TLS) Systems). ��Provide the capability to remotely control all organic, attached, and/or OPCON EW assets over the network. Provide the capability to execute ""Buzzer On / Buzzer Off"" (an unclassified term to initiate and terminate EA and ES activities) remotely over the tactical SIPR network in support of EW missions.� The EWPMT shall have a graphic user interface for the control of EW assets. 4. Provide EA Alert - Display EW Strike. Display detected RF emitters associated with enemy weapons and sensor systems providing display warning of impending threat or attack. 5. Support the Targeting Process - Provide Find-Fix-Target (F-F-T) information to Fires and Maneuver elements based on MFEW & TLS survey data to support the deliberate targeting process for scheduled and on call targets; and to support the dynamic targets of opportunity: unplanned and unanticipated.� Provide Find-Fix-Target (F-F-T) information to Fires and Maneuver elements as necessary involving actions tasked by, or under direct control of an operational commander to search for, intercept, identify, and locate sources of intentional and unintentional radiated electromagnetic energy for the purpose of immediate threat recognition, targeting, planning, and conducting future operations. 6. Provide Electromagnetic Spectrum Management Information � Provide the ability to assess unit's emission of electromagnetic, acoustic, or other emitters to optimize friendly operations and capabilities while minimizing detection by enemy sensors and mutual interference among friendly systems. RESPONSE Any interested party shall submit a white paper in response to the above capabilities.� The white paper shall be due no later than 30 days after posting of this RFI.� The response date denoted on SAM.Gov shall hold precedence. Offerors may submit any questions related to this RFI no later than one week after the posting date.� RFI responses are limited to ten (10) pages, including cover and administrative pages.� All RFI responses shall include the following: a) Company name, company address, overnight delivery address (if different from mailing address), CAGE code, point of contact, e-mail address, telephone number, and fax number. b) Certification of business size (large or small) under NAICS code 541511 ""Custom Computer Programming Services"". Also provide socioeconomic categories if a small business (i.e. large, small disadvantage, veteran-owned, woman-owned, etc.). c) State whether the vendor has the capability to fully meet some or all of the above EWPMT capabilities. If the vendor can only partially meet the capabilities, state the specific capabilities.� d) Describe the approach to meeting the above engineering support and developmental capabilities for EWPMT. Fully describe a notional schedule; time phased Rough Order of Magnitude Estimate based on the capabilities; risks to include cost, schedule and performance. Identify any subcontracting or partnering opportunities or requirements.� The proposed effort would be to build upon the current EWPMT to support user�s requirements and transition to sustainment.� No new software is expected to replace the existing software.� Describe how long would the vendor require to study the TDP (Should the Government provide the TDP as GFI and GFP) before a proposal could be developed and the vendor can start development and support transition to sustainment command? e) Clearly identify any approaches to meeting the above capabilities in which the Government would receive less than Government Purpose Rights (GPR).� Identify any techniques, capabilities, algorithms, or other approaches that were developed solely by the vendor as proprietary data or internal research and development (IRAD). f) Demonstrate the ability to provide staff cleared up to the TS/SCI level. Show evidence that the vendor has a facility clearance of up to Top Secret and safeguarding capabilities to a minimum of Secret. Interested parties are requested to respond to this RFI in Microsoft Word Office compatible format.� Responses shall be written using a 10 point font size or larger.� This RFI is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect cost or charges will arise as a result of the submission of a company's or corporation's information. The Government shall not be liable for or suffer any consequential damage for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations and requirements.� The Government does not guarantee that this RFI will result in a Request for Proposal (RFP) or contract award. The Government will not provide reimbursement for any costs incurred by vendors who respond to this RFI. �All questions and responses relating to this notice shall be sent via email to Mr. Oral Grant (oral.g.grant.civ@mail.mil), Contracting Officer and Ms. Amber Lowe (amber.m.lowe3.civ@mail.mil), Contract Specialist. Subject line shall include (EWPMT RFI - ""Your Company Name"") In accordance with Federal Acquisition Regulation PART 10.001, the results of this Market Survey will primarily be used to develop the Government's acquisition approach, and will be used determine if sources capable for satisfying the agency's requirements exist.� This is NOT a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings from the survey. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchange of information.� All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9bcb9eb5061b4560886dc0b43763f628/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05860663-F 20201126/201125053806 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.