Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 22, 2021 SAM #6994
SOURCES SOUGHT

R -- Support the requirement for PAAWNS software sustainment.

Notice Date
1/20/2021 9:55:04 AM
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
PANAPG-20-P-0000020532
 
Response Due
2/2/2021 5:00:00 AM
 
Archive Date
02/17/2021
 
Point of Contact
Jiang Chen, Cathy L. Rosenkranz, Phone: 4438618003
 
E-Mail Address
jiang.q.chen.civ@mail.mil, cathy.l.rosenkranz.civ@mail.mil
(jiang.q.chen.civ@mail.mil, cathy.l.rosenkranz.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request for information/SOURCES SOUGHT ANNOUNCEMENT FOR Protected Anti-Scintillation Anti-Jam Wideband Net-Centric System (PAAWNS) SOFTWARE Sustainment Support Services INTRODUCTION The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and resources to support the requirement for PAAWNS software sustainment. The estimated period of performance of this acquisition is ten (10) total years, a base period of twelve (12) months from date of award with nine (9) one (1) year options.� This contract type is anticipated to be Cost-Plus-Fixed-Fee (CPFF). This is a sources sought announcement looking for vendors who are highly capable and interested in providing PAAWNS Post Production Software Support (PPSS). This support will consist primarily of the correction of software defects /deficiencies /errors, and the implementation of software refinements and enhancements to the operational PAAWNS system. In addition, support will include software facilities support, contractor CONUS field service support, formal review requirements, required deliverables, travel requirements, and cybersecurity guidance to ensure the ongoing sustainability of all PAAWNS systems. Familiarity to the PAAWNS system and access to the necessary OM-88A(V)1/G Anti-Scintillation/ Anti-Jam (AS/AJ) modem is a must. DISCLAIMER The PAAWNS Anti-Scintillation/ Anti-Jam (AS/AJ) Modem (OM-88A(V)1/G), including application assembly language, microprocessors, and software development relies on, and are proprietary to, L3-Harris.� The Government does not possess a Technical Date Package (TDP) for the AS/AJ Modem.� The Government cannot provide the necessary AS/AJ modem hardware from L3-Harris in order to perform the required software updates. The current contract is awarded to a vendor that already has in their procession the necessary AS/AJ modem. ��������������������������������������������������������� This is a Request for Information (RFI) for planning and market research purposes only, and shall not be construed as a commitment by the Government. This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this RFI or reimburse any costs associated with the preparation of responses to this RFI. This RFI will be used to gather market research and to make decisions regarding the development of acquisition strategies. Any and all references in this RFI to technical data refers to the PAAWNS Technical Manuals (TM). The Government does not have access to any additional technical data on the PAAWNS system. responses Required to the following questions Provide the following Point of Contact information: Company: Cage Code: Address: Point of Contact: Phone Number:������������������� Email Address: Identify your company's size standard based on the primary North American Industrial Classification System (NAICS) code of 334290. The Small Business Size Standard for this NAICS code is 750 employees. For more information, refer to:�� https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf. Large Business Concern Small Business (SB) Concern 8(a) Certified Small Disadvantaged Business (SDB) Woman-Owned Small Business (WOSB) Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business (VOSB) Service-Disabled Veteran-Owned Small Business (SDVOSB) Has your Company provided any of the above services to the Army or other Government Agencies in the past? If so, provide the Agency Contract Number, Point of Contact (POC), e-mail address, phone number, and dollar value of the Contract. � If your company has completed work on any PAAWNS systems in the past, provide a brief synopsis of the CPARS report to indicate past performance. What is your company�s experience with the PAAWNS system? The Government has limited technical data, how will you accomplish the above tasks outlined with limited data? Provide evidence of the contractor's facilities, qualifications of people in production, testing, calibration and experience with manufacturing the required parts listed below in Appendix A. Provide evidence of contractor ability to have access to technical documents which include drawings, cabling diagrams, signal interconnect design documents, and provisioning lists associated with the PAAWNS system to perform repairs. Will this effort be completed directly at your company location as the prime contractor? If not, detail the level and percentage of subcontracting which you anticipate will be utilized to complete the associated services. Describe your company�s experience with creating, updating, and managing software deliverables. For example, documentation required for provisioning and tracking software cybersecurity defects. � What is your company�s experience in utilizing a performance based approach to sustain a program. If your company has no previous experience with the services identified for this effort on the PAAWNS system, indicate how long it would it take to acquire and train the needed workforce to cover this effort? The Government will evaluate market information not to exceed 10 pages in order to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. NO PHONE INQUIRIES WILL BE ACCEPTED.� For any questions, contact Jiang Chen via e-mail at jiang.q.chen.civ@mail.mil and Cathy Rosenkranz via e-mail at cathy.l.rosenkranz.civ@mail.mil. � Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Jiang Chen, in a Portable Document Format (PDF), via email to jiang.q.chen.civ@mail.mil and Cathy Rosenkranz via e-mail at cathy.l.rosenkranz.civ@mail.mil, no later than 10 A.M. Eastern Standard Time (EST) on�05 February 2021 and a copy of the responses should also be submitted to the Contract Specialist, alyson.n.scholz.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. jiang.q.chen.civ@mail.mil cathy.l.rosenkranz.civ@mail.mil Department of the Army Combat Capabilities Development Command C5ISR Center FCDD-ISE-ST 6590 Reconnaissance St Bldg 6010 Aberdeen Proving Ground, MD 21005 All questions must be submitted to emails identified above.� The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the government shall arise as a result of a response to this Sources Sought announcement. Respondents capable of responding to only a portion of the total requirement of capability/components stated her in should respond, stating which portions they are capable of and how those portions would be integrated into the total requirement, as applicable. Prepared by: Jiang Chen�������� Title: Project Lead, PAAWNS Date: 7 January 2021
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d821bbc9273c41de920a084cbd02a387/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05896073-F 20210122/210120230106 (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.