SOURCES SOUGHT
18 -- Compatible Command and Control (C2) Request for Information (RFI)
- Notice Date
- 4/12/2007
- Notice Type
- Sources Sought
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 483 North Aviation Blvd, El Segundo, CA, 90245-2808, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-CommandControlC2STARR2007
- Response Due
- 5/4/2007
- Archive Date
- 5/19/2007
- Description
- 1. The Government is contemplating the feasibility of acquiring a Compatible Command and Control (C2) Service Oriented Architecture (SOA) Framework for use by future satellite systems. The Satellite Control and Network Systems Group requests interested, qualified sources to respond to this RFI. Please be advised this is a request for information only, and does not obligate the Government to reimburse any cost associated with preparation and/or submission of this information. Nor does the RFI guarantee the Government will issue your company a Request for Proposal (RFP) or award a contract for supplies or services. Instructions for submittals are provided below. 2. The contemplated Compatible C2 system would provide the service-oriented infrastructure necessary to provide a foundation for all future Space and Missile Systems Center (SMC) satellite C2 developments. For the purposes of this RFI, C2 refers to the Telemetry, Tracking, and Commanding (TT&C) communications with the spacecraft bus and does not include mission payload interaction. The Compatible C2 system would interact with existing operational C2 (and other non-C2) systems as necessary to provide the desired service infrastructure. If acquired and instantiated, it is envisioned that the Compatible C2 system would reduce the development time and cost of future C2 systems by leveraging the advantages of service oriented architecture and associated standards, tools and techniques. Reducing acquisition development costs and rapid integration of new missions is of prime interest to the Government. Reducing Operation and Maintenance costs (O&M) costs for multiple independent C2 systems is also a driving objective. The Government vision includes the possible migration of legacy C2 systems onto the service oriented architecture framework in cases where migration would yield additional O&M efficiencies for legacy systems, and the enterprise as a whole. Overall, demonstration of the framework?s ability to facilitate rapid integration of new missions at costs significantly lower than previous generations of C2 systems is essential. 3. To assist in determining the feasibility of acquiring a service oriented architecture framework that can meet these objectives, the Government is requesting information from industry. Interested industry respondents should provide a white paper that includes the following: a. A business case that presents business rationale supporting a service-oriented architecture framework for command and control systems. The business case should reflect your understanding of C2 developments for government systems and the potential Return On Investment (ROI) of applying SOA to SMC C2 systems. b. An overall feasibility assessment of meeting the high-level objectives stated above. c. A discussion of how requirements would be allocated to the Compatible C2 system and how those requirements would reduce the requirements allocated to future C2 developments. d. A discussion of the potential Concept of Operations (CONOPS) impacts resulting from the acquisition of a Compatible C2 system. e. Provide a candidate technical reference architecture for the Compatible C2 system. f. Provide a candidate high-level implementation roadmap that includes transition points. g. A risk assessment articulating your understanding of the risks associated this potential initiative. h. A description of unique capabilities and/or experience your company has with service-oriented architecture frameworks. Particular application to command and control systems would be a plus. i. Discuss the potential for migrating legacy C2 systems onto the Compatible C2 system, and the potential advantages of doing so. j. A discussion of potential services that lend themselves to the C2 arena k. Responses to the questions below. 4. The Government will use this information to help assess the feasibility of a Compatible C2 acquisition, and to assist in developing a potential acquisition strategy. Based on the results of the RFI, SELECT respondents will be invited to participate in an industry day to discuss the information in greater detail. The facility location and date of the industry day are forthcoming in a future announcement. A response to this RFI is required to be considered for participation in the industry day. However, failure to respond to the RFI does not preclude proposal submittal should a formal acquisition be announced. The Small Business coordination number is 07-35. Responses from small business and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges, and minority institutions. 5. Respondents should provide a non-proprietary response to this RFI. If proprietary material is deemed essential, all proprietary information should be provided in a separate addendum to the non-proprietary response, and clearly marked accordingly. All responses must be signed, then scanned, then submitted by email in Microsoft Word or PDF format. The Government may not accept company literature or marketing materials. Responses are limited to twenty-five (25) pages in length, and font size should not be smaller than 12 pt font. Please use the space available to provide sound systems engineering inputs that satisfy the Government?s objectives and requests. The Government will not consider pages in excess of this limitation. 6. The Government requests that respondent?s deliver one (1) electronic soft copy no later than 04 May 2007 and (1) written/hard copy. Electronic copy should be in either PDF format or Microsoft Word format. All communication associated with this RFI shall be directed to the Government Contracting Office via email. Reponses should be e-mailed to: Mr. David Starr, Lead Contract Manager, david.starr@losangeles.af.mil, Phone 1-310-653-1397, 483 N. Aviation Blvd., Bldg. 270, 2nd floor, SCNG/PK, El Segundo, CA 90245 1st Lt Jason Spindler, Technical Officer, jason.spindler@losangeles.af.mil, Phone 310-653-1457, 483 N. Aviation Blvd., Bldg. 270, 2nd floor, SCNG/PK, El Segundo, CA 90245 RFI questions to be answered: a. What combination of Commercial Off the Shelf (COTS), Government Off The Shelf (GOTS) and proprietary technologies would you propose to implement a Compatible Command and Control Service-Oriented Architecture (SOA) Framework? b. Please cite and describe existing examples of Compatible C2-like solutions in the commercial, DoD and/or Intelligence Community. c. Please cite lessons learned regarding rapid integration of new C2 missions into C2 frameworks and realized cost containment benefits. d. What new components, if any, must be added to the existing legacy SMC C2 environment to realize a Compatible C2 system? e. What commercial or proprietary technologies exist that could readily address # 4? f. What are the potential recurring COTS licensing costs for components associated with Compatible C2 architectures? g What are the potential performance concerns of the proposed initiative and what are the recommended mitigation strategies? Points of Contact: Mr. David Starr, Lead Contract Manager, david.starr@losangeles.af.mil, Phone 1-310-653-1397, 483 N. Aviation Blvd., Bldg. 270, 2nd floor, SCNG/PK, El Segundo, CA 90245 1st Lt Jason Spindler, Technical Officer, jason.spindler@losangeles.af.mil, Phone 310-653-1457, 483 N. Aviation Blvd., Bldg. 270, 2nd floor, SCNG/PK, El Segundo, CA 90245 DECLARATION: This synopsis is not a formal solicitation. The Government does not intend to award a contract on the basis of this synopsis, or to otherwise pay for the information solicited herein.
- Place of Performance
- Address: Multiple locations
- Zip Code: 90245
- Country: UNITED STATES
- Zip Code: 90245
- Record
- SN01272135-W 20070414/070412221129 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |