Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2002 FBO #0382
SOURCES SOUGHT

A -- COMPUTER-BASED SOFTWARE SYSTEM FOR MISSION PLANNING, EXECUTION, AND DATA RETRIEVAL AND PRESENTATION UTILIZING A VARIETY OF SPECIFIED UNDERWATER MINE COUNTERMEASURES VEHICLES AND TOOLS

Notice Date
12/16/2002
 
Notice Type
Sources Sought
 
Contracting Office
Coastal Systems Station, Code XPS1, 6703 W. Hwy. 98, Panama City, FL
 
ZIP Code
32407-7001
 
Solicitation Number
N6133103QJM02
 
Response Due
1/31/2003
 
Point of Contact
Contract Specialist John Miller at 850-235-5399, or Contracting Officer Carol Dreger at 850-234-4863.
 
E-Mail Address
Contract Specialist John Miller
(MillerJH@ncsc.navy.mil)
 
Description
The Coastal Systems Station (CSS), Dahlgren Division, Naval Surface Warfare Center is interested in receiving information on computer-based software systems suitable for mission planning, execution, and data retrieval and presentation utilizing a variety of specified underwater mine countermeasures vehicles and tools. This Request for Information (RFI)/Sources Sought will serve as a first step for evaluating alternatives and supporting research efforts planned for the 2003-2005 fiscal years leading to the acquisition of a development system. This is a Sources Sought announcement and no Request for Proposals (RFP) or solicitation is currently planned to result from this announcement. CSS is interested in software systems that will support planning, programming, data retrieval, and data presentation of manned and autonomous underwater mine countermeasures systems working in the deep water, shallow water, and very shallow water zones. Ultimately the system will support the initial planning of a manned and/or autonomous underwater mine countermeasures survey of an area; a virtual simulation of the planned survey; the ability to make changes to the planned survey on-site as needed; output to the operator and/or vehicle enabling them to conduct the planned survey; data retrieval from the operator/vehicle following the survey; output from the first-phase survey into the planning of a second-phase survey; the ability to simulate, make changes on-site to, output to the operator/vehicle for, and data retrieval from the planned second-phase survey; additional survey iterations following the aforementioned sequence as needed; and the ability to amalgamate and present survey data in a usable form to an end-user decision maker. The system must be able to be imp lemented as an open-architecture solution suited to modular and evolutionary/spiral development and improvement and must be able to be tailored to the planning, execution, and data retrieval of a variety of specified VSW/EOD MCM tools. The system must be able to be field-deployed in stand-alone configurations utilizing only mission-acceptable computer hardware resources and peripherals. Potential missions include at-sea use while aboard a small inflatable craft. A key component of the software system will be its ease of use of operator interfaces for mission programming, program simulation and checking, mission program modification, as needed, retrieval of mission data, and information generation for end decision makers. Data captured by the system must eventually be transferable to compatible Navy tactical displays and information systems. This RFI/Sources Sought addresse s two major categories: Category A) Mature software systems that can be fielded in the near term to support user operational evaluations for the development of the VSW/EOD MCM common operator interface mission planning concept of operations and requirements. Category B) Mature software systems possessing the potential for open-architecture, modular and evolutionary/spiral development and improvement to be tailored to the planning, execution, and data retrieval of a variety of specified VSW/EOD MCM tools. Interested parties must provide written submittals, to be received by the Government by COB on 31 January 2003. The Government will assess submittals by the end of February, 2003 for their potential to solve the computer-based software system common operator interface problem. Contractors? submittals that are determined by the evaluation team as possessing the potential for contributing to the common operator interface mission solution may be provided the opportunity to demonstrate their system/platform at some point in the future. Contractors may submit a paper for either of the two categories identified above, or both, but each submission must identify which category is addressed or the submission will not be considered. The submissions will be assessed as follows: Category A) For mature software systems that can be fielded in the near term, the criteria of interest to the Government are system technical maturity, potential effectiveness, capability/completeness of the system, suitability, ease of use/usability, cost, schedule, support requirements for a period of two years, and past performance to support user operational evaluations for the development of the VSW/EOD MCM common operator interface mission planning concept of operations and requirements. Category B) For software systems possessing the potential for open-architecture, modular and evolutionary/spiral development and improvement, the criteria of interest to the Government are system technical maturity, potential effectiveness, suitability, ease of use/usability, cost, schedule, past performance, and the ability to be tailored to the planning, execution, and data retrieval of a variety of specified VSW/EOD MCM tools. There is no specific format or outline that submittals must follow. However, information pertinent to the criteria of interest, especially system technical maturity and capability, must be provided. Include other descriptive literature and any other specific or pertinent information that would enhance consideration and evaluation of the information submitted. Offerors responding must also indicate whether they are a small busi ness (S), a small disadvantaged business (SDB), 8(a), or large business (L). Please include four (4) copies of each response. Each response must reference the RFI title, which category is being addressed, and must be limited in length to ten (10) typed pages. Specific narrative information that should be provided with the submission include: (1) System description and capabilities, (2) Chronology of system development, (3) Summary of past test or evaluation events with location, dates, and results, (4) If available, logistic supportability and projected cost estimate information, (5) In anticipation of Contractor selection for a potential future limited scope demonstration, provide an explanation of what would be demonstrated and identify any special/unique support required from the Government that would enhance to offeror?s participation in a demonstration, (6) For submissi ons under Category A (mature, complete systems), include an estimated cost for the purchase of two complete software systems, any required supporting hardware and peripherals, and two years of contractor support; this may be in addition to the information submission that is limited to ten pages. Supporting literature and test documentation that demonstrates technical maturity of your proposed solution should be included. The Navy is contemplating convening a limited-scope demonstration in mid-March 2003 and anticipates inviting selected contractors to demonstrate their system capabilities. For the purposes of the demonstration, the focus will be on verifying system ability to satisfy the criteria of interest while operating in a simulated underwater mine countermeasures scenario of mission planning, virtual simulation and on-site modification of the plan, output plan to the operator/vehicle for mission execution, data retrieval from the executed mission, and data presentation and analysis of the mission data collected to an end-user decision maker. However, only a limited amount of data and underwater mine countermeasures vehicles and tools will be utilized in any such demonstration. If conducted, the Government does not anticipate providing funds for offerors to participate in the demonstrations. Contractors given an opportunity to demonstrate their system will be provided additional details, including demonstration schedule and the extent of support the Government will provide. If conducted, the Government reserves the right to identify those contractors who will be give an opportunity to participate in the demonstration. A half-day information session is planned for mid-January in the Panama City, Florida area. Register via e-mail to Mr. John Miller, Contract Specialist, MillerJH@ncsc.navy.mil no later than two weeks after the date of publication of this RFI so that adequate meeting facilities can be provided. All expenses for attendance must be borne by the contractor. Additional information regarding the meeting format, local hotels, security procedures, and other relevant information will be provided via return e-mail to all who register. Information should be submitted to the attention of: (in hard copy only) Mr. John Miller, Contract Specialist, Code XPS1, Naval Surface Warfare Center Dahlgren Division, Coastal Systems Station (NSWCDD CSS), 6703 W. Highway 98, Panama City FL 32407. Technical Questions concerning this announcement should be directed to MR. Eric Pierce, Phone Number 850 235 5595. Telephone responses will not be honored. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-DEC-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 17-DEC-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Coastal Systems Station Table of Sources Sought
(http://www.eps.gov/spg/DON/NAVSEA/N61331/N6133103QJM02/listing.html)
 
Record
SN00225693-F 20021219/021217214345 (fbodaily.com)
 
Source
FedBizOpps.gov 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.