Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2024 SAM #8088
SOURCES SOUGHT

R -- FAAD C2 SOFTWARE SUSTAINMENT

Notice Date
1/17/2024 3:53:35 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
PANRSA-23-P-0000005151
 
Response Due
2/1/2024 2:30:00 PM
 
Archive Date
02/16/2024
 
Point of Contact
David C. Webb, Eleanor L. Bader
 
E-Mail Address
david.c.webb8.civ@army.mil, eleanor.l.bader.civ@army.mil
(david.c.webb8.civ@army.mil, eleanor.l.bader.civ@army.mil)
 
Description
The Army Contracting Command, Redstone Arsenal, AL is issuing this request for information as a means of conducting market research to identify parties having an interest in and the resources to support the below requirement. The applicable National American Industry Classification System (NAICS) code assigned to this procurement is 541330. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does constitute a request for proposals: submissions of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. This sources sought notice is being published in accordance with FAR Parts 10.002, Market Research and 15.201 Solicitations and Receipt of Proposals and information is a Request for information only in support of a market survey. Issuance is for planning purposes only to assist in identifying potential sources capable of supporting FAAD-C2 (Forward Area Air Defense Command Post) This is only a Request for Information notice and is not a Request for Proposal (RFP) or request for Quotation (RFQ). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to this notice. Responses to this notice will be used for a market research analysis that will assist in determining if the contemplated acquisition could be conducted under full and open competition, or if the contemplated acquisition should be set-aside for small business pursuant to FAR Part 19 Small Business Programs. The Government is contemplating North American Industry Classification Systems (NAICS) Code 541330, Respondents shall indicate in their response whether they qualify as a small business or qualify under other specialty designated programs such as Veteran Owned Service Disabled (VOSO), historically Underutilized Business Zone (HUBZone), SA or others under this NAICS code.� THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.� All costs associated with responding to this Sources Sought will be solely at the interested parties� expense. Requirement Statement:� The Government seeks white papers regarding the capabilities, past similar experience and technical approach to this effort and industry�s assessment/ opinion of the most efficient and cost effective method of executing this effort. The United States (U.S.) Government is conducting market research to identify currently available software solutions which provide Counter-Rocket, Artillery, Mortar (C-RAM), Counter-Unmanned Aerial Systems (UAS), and Short-Range Air Defense (SHORAD) Command and Control (C2) solutions. Any solutions offered must be capable of maintaining Forward Area Air Defense (FAAD) Command and Control (C2) software capabilities and interfaces while incrementally incorporating the Army's Integrated Air and Missile Defense Battle Command System�s (IBCS) software architecture and data interfaces.� The U.S. Government seeks to maintain the current system capability set as well as provide enhancements to meet emerging requirements. Given a TDP with unlimited government data rights which contains a PWS, system and sub-system specs and sub-system design, and source code of existing FAAD C2, can you describe your technical approaches, technical expertise and physical infrastructure to preserve, enhance the capabilities for the FAAD software in its mission areas to satisfy the Government�s requirements? Describe the processes and procedures your company used/uses to develop and maintain software capabilities.� Provide 3 examples. Does your company currently operate in an Agile environment for software development? If answer to b. is yes, How long has your company been operating in the Agile environment? Describe your company�s approach that will allow the government to maintain unlimited data rights. Does your company have extensive experience in the Ada programming language to develop future requirements, conduct software modernization, and perform ongoing regression testing ensuring backwards compatibility? Describe your experience in developing and modifying source code using the Ada programming language Describe your experience in developing and modifying source code using the C++ programming language Provide examples of your experience of converting software languages, eg. Ada to C++ Describe your regression testing processes and procedures, to include but not limited to software fixes, enhancements, and new capability to meet/exceed program requirements without jeopardizing the integrity of the baseline code� If your company has Ada programming experience, provide a breakdown of number of people and their individual years of experience Does your company possess domain knowledge in regards to the legacy Short Range Air Defense (SHORAD), Maneuver-SHORAD (M-SHORAD), Indirect Fire Protection Capability (IFPC), Rocket, Artillery, Mortar (RAM) Warn, Counter-Unmanned Aircraft Systems (C-UAS), and/or combined air/RAM battle space required system engineering functions in support of future integration efforts? Identify instances of your company�s experience with System of System software integration with DoD platforms, to include but not limited to, the legacy SHORAD, M-SHORAD, IFPC, Rocket, RAM Warn, C-UAS, and combined air/RAM battle space? Does your company possess experience in real-time safety critical embedded computing environment and support track management, battle management, and weapon coordination? Identify instances and experience with real-time safety critical embedded computing environment and support track management, battle management, and weapon coordination Does your company possess experience with testing, safety, training, field support, and developing logistics packages capable of achieving Government validation to support urgent and full material releases?� Provide 3-5 examples and level of effort regarding your company�s involvement in support of the following functional areas in support of a major DoD Acquisition Program in achieving either an Urgent or Full Materiel Release: Testing Safety Training Field Support Logistics What is your company�s Facility Clearance Level? Does your company consider this a Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), Cost Plus Incentive Fee (CPIF), or hybrid effort? Will your company propose on this effort? Yes or No? If yes: indicate if your company is a small business. If a small business: Indicate if your company would be capable and intend for at least 50 percent of the amount paid by the Government for contract performance to be performed by your company and any similarly situated subcontractors (See FAR 52.219-14 (DEVIATION 2019-O0003)). If yes: Can you submit a proposal in 30 days? If no: Can you submit a proposal in 45 days? Please include the following with your response: Company name and CAGE code Point of contact and email address Security � the interested party shall be able to obtain and maintain personnel and facilities at the SECRET clearance level.� The interested party shall be capable of complying with the Safeguarding Covered Defense Information and Cyber Incident Reporting clause at DFARS 252.204-7012 and shall have a Cybersecurity program that follows the National Institute of Standards and Technology (NIST) Framework for Improving Critical compliance assessments performed by the Government. The response should include the following: (1) Company information to include: Company name; size of company; small business category; brief introduction of business; cage code; point of contact to include phone number and email address; geographic presence;� (2) identify if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; (3) statement of� capability outlining past work that is related to this requirement as identified above and (4) provide any other pertinent information that will assist the USG in this assessment. Purpose and Limitations: �The Government�s intent is to better understand the current capabilities and strategies to determine the best solution.� Industry feedback is vitally important and the Government will be receptive to any and all ideas.� Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked.� Electronic submissions are strongly encouraged.� All items must be in Microsoft Office 2003 or later format or Adobe PDF format.� Not responding to this sources sought does not preclude participation in any future RFP, if any is issued.� If a solicitation is released, it will be synopsized on the beta.sam website.� It is the responsibility of any potential offeror to monitor beta.sam for additional information pertaining to this requirement.� All industry responses shall be submitted via email to Army Contracting Command � Redstone, Contract Specialist: David C. Webb, david.c.webb8.civ@army.mil with a courtesy copy to Contracting Officer: Eleanor Bader, eleanor.l.bader.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f0fa9a36b60548ed9fa48adb035f7ac9/view)
 
Place of Performance
Address: McLean, VA 22102, USA
Zip Code: 22102
Country: USA
 
Record
SN06937691-F 20240119/240117230045 (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.