Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2021 SAM #7125
SOURCES SOUGHT

99 -- Submarine Warfare Federated Tactical Systems (SWFTS) Common Computing Environment (CCE) Platform as a Service (PaaS)

Notice Date
6/2/2021 11:20:20 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-21-0249
 
Response Due
6/18/2021 2:00:00 PM
 
Archive Date
07/03/2021
 
Point of Contact
Avery D. Anderson, David Little
 
E-Mail Address
avery.d.anderson@navy.mil, david.f.little2@navy.mil
(avery.d.anderson@navy.mil, david.f.little2@navy.mil)
 
Description
� Contracting Office Location: NAVSEA HQ, Washington Navy Yard Type: Sources Sought Title: �Submarine Warfare Federated Tactical Systems (SWFTS) Common Computing Environment (CCE) Platform as a Service (PaaS) Notice Type: Request for Information/Sources Sought Classification Code: 7D20 � IT and Telecom Service Delivery Management (Hardware and Perpetual License Software) NAICS Code: 334511: Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing Is this a Recovery and Reinvestment Act Action?: No Response Date: 15 days (18 June 2021) Points of Contact: ��� Avery Anderson, avery.d.anderson@navy.mil ����������������������������������� David Little, david.f.little2@navy.mil This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government's requirement and to determine the method of acquisition. Responses to this Request For Information (RFI) must be UNCLASSIFIED. This notice is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office (PEO), Submarine Combat and Weapons Control Program Office (PMS 425). The Government is especially interested in determining (1) the availability of qualified small business sources; (2) whether they are: small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.� Program Executive Officer, Submarines, PMS425, the Submarine Combat and Weapons Control Systems Program Office is conducting market research for the development, integration, testing, and delivery of a Tactical Production Submarine Warfare Federated Tactical Systems (SWFTS) Common Computing Environment (CCE) Platform as a Service (PaaS) in accordance with SWFTS community design requirements for all applicable submarine variants per the SWFTS Continuous Capability Model and Execution Roadmap. The SWFTS CCE PaaS (hereafter referred to as PaaS) is intended to provide the private runtime infrastructure environment to host SWFTS applications and shall align to industry standard technologies and best practices, where possible, to support tactical deployment. The PaaS shall be developed using Agile and Department of Defense (DoD) software development (Dev), security (Sec) and operations (Ops) processes and methodologies to ensure quality, flexibility, and timely delivery. DevSecOps principles will be utilized to automate, monitor, and apply security at all phases of the software lifecycle: plan, develop, build, test, release, deliver, deploy, operate, and monitor. The PaaS shall be delivered to the System of Systems (SoS) SWFTS Continuous Integration & Continuous Delivery (CI/CD) pipeline utilizing an internal development pipeline to support subsystem development and the SWFTS integration and production cycle. The internal development pipeline shall align to the SWFTS CI/CD process and support automated deployment, configuration management, test and evaluation, and relevant certification Objective Quality Evidence (OQE). The PaaS is being developed to host, status, and manage SWFTS wide applications from subsystems, as defined in the SWFTS Baseline Management System, in a CCE and a Resiliency Cluster Environment (RCE). It will be applicable for all U.S. Navy (USN) new construction and in-service submarines. The physical CCE will be provided as Government Furnished Equipment (GFE) to the contractor to be hosted at a contractor facility meeting DoD security requirements.� Limited integration support will also be required at Government and other contractor sites. The SWFTS CCE PaaS is being planned to support hardware Technology Insertion (TI) and software Advanced Processor Build (APB) development cycles starting with TI-24 APB-23. The PaaS will function as an independent subsystem hosting common SoS software applications and providing network communications within SWFTS subsystems. The PaaS must include applications that perform network monitoring, reliability management, team training, mediation, time distribution, directory services, geographic imagery services, data recording and archiving, and video distribution. The PaaS must be capable of hosting virtualized and/or containerized software modules, supporting software development and integration of all SWFTS subsystems. The PaaS must provide an end-to-end training capability for the full combat system team, individual subsystem teams, and individual operators or watch standers, both at-sea and in-port.� The PaaS must provide statusing, monitoring, and management of all SWFTS interfaces including switch configuration management, network device monitoring and troubleshooting, and access to other SoS integration tools. The PaaS will serve as the cloud for all SWFTS Subsystems. This will include hardware and network management, including both an in-band tactical network and an out-of-band management network. The end-item will be a private cloud residing on hardware on U.S. Navy submarines capable of operating with only intermittent connectivity to outside networks. � PaaS Development and Sustainment: PaaS development and sustainment includes participation in PEO SUB-S managed community design and requirements definition in order to develop, configure and integrate infrastructure, and test through fielding and life-cycle support. The potential requirement may include the following: Provide �end to end� system engineering for development, integration, test, delivery, simulation, and life-cycle support for all PaaS configurations throughout the Period of Performance (PoP) Integrate and Port PaaS software and configurations onto new TI hardware suites, while maintaining compatibility with previous TI hardware suites Manage the PaaS program�s contractual and financial aspects Define PaaS external interfaces with SWFTS edge devices and systems, and provide connectivity among SWFTS subsystems Integrate and test PaaS, ensuring the PaaS is capable of hosting virtualized and/or containerized software modules, supporting software development and integration of all participating SWFTS subsystems Plan TI hardware refresh.� Estimate and select adequate computing resources for CCE and required hotel services (power, cooling, footprint) across participating SWFTS subsystems Support re-architecture and modernization of SoS Infrastructure components based on recommendations from SWFTS Architecture teams to enable efficient capability updates, Develop PaaS and SoS logistics source data including delivery of the PaaS Interactive Electronic Technical Manual (IETM) for USN Provide technical/troubleshooting support as required for modernization and new construction installation and test periods, including software and logistics product support following the Delivery Readiness Review (DRR) Validate and assess PaaS performance, suitability, sustainability, and safety� � Responses: Interested parties are requested to respond to this notice with a capabilities statement and company profile in PDF or Microsoft Word Office 2010-compatible format. Please limit responses to 20 pages or less (including cover, administrative pages, and descriptive literature); 1-inch margins; and 12 point font (or larger). Responses shall include the following: Company name, address, website Point of Contact, to include E-mail address Telephone number CAGE code Business Size Status relative to NAICS Code 334511 � Please ensure your response addresses the following: Company Qualifications and Experience Describe your experience working directly with government organizations and integrators using government and contractor facilities including test equipment for system and subsystem level tests; and describe if these efforts were performed as a prime, sub, or joint venture. Describe your labor force and capacity to develop and manage the SWFTS CCE PaaS over a potential 8 year period of performance with labor hour requirements expected to quickly ramp up to sustained levels as high as 400,000 hours per year.� Describe your experience supporting projects of a similar or larger size to include submitting deliverables with challenging deadlines. Provide your facility security clearance level. Technical Approach Describe your experience with developing and managing a cloud-computing environment utilizing Agile and DevSecOps engineering processes (respond by demonstrating capabilities described in the PaaS Development and Sustainment paragraph above). Identify your company�s certifications to deliver the SWFTS CCE PaaS capabilities described above to include supporting subsystem certification processes. Examples of capabilities and certifications include cloud/PaaS industry certification, quality processes, Failure Analysis and Corrective Actions, Problem Trouble Report database, Configuration Management, cybersecurity and risk management associated with the National Institute of Standards and Technology (NIST) Special Publications 800-37, and 800-53, and mission partner compliance with Department of Defense Instruction (DoDI) 8500.01. Describe Innovative methods for reducing costs for the PaaS. Describe your capabilities and experience with developing and integrating complex networked software systems from independent developers using Open Systems Architecture (OSA) concepts on Commercial Off-the-Shelf (COTS) hardware and delivery to System Integrators for System and SoS Level testing, production, delivery, and training, to include NIST 800-171 compliance. Response Deadline and Submissions: Responses are requested no later than 18 June 2021 at 5:00 PM EST. Responses shall be submitted via e-mail to the Contract Specialist, Ms. Avery Anderson at avery.d.anderson@navy.mil in PDF or Microsoft Word Format, with a CC to the Contracting Officer, Mr. David Little at david.f.little2@navy.mil. �� Proprietary information, if any, must be clearly marked. The subject line of the email should read ""SWFTS CCE PaaS Sources Sought"". To aid the Government in its review and evaluation, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. It should be noted that telephone replies will not be accepted.� 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.� DISCLAIMER AND IMPORTANT NOTES: This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore, any cost associated with the market survey submission is solely at the interested vendor's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. �Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. Submissions will not be returned. It is incumbent upon interested parties to review SAM.gov website frequently for any updates and amendments to this announcement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7924b67a18ae478e81334bc0dbf5d113/view)
 
Record
SN06019843-F 20210604/210602230123 (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.