SOURCES SOUGHT
A -- Supplemental Market Survey to identify additional potential interest for the Battle Command (BC) Development contractual effort
- Notice Date
- 10/12/2007
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T08RN201
- Response Due
- 10/27/2007
- Archive Date
- 12/26/2007
- Point of Contact
- allison.murray, 732-532-2205
- E-Mail Address
-
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(allison.murray@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- ***Reference Sources Sought Notice posted on 24 May 2007 under Solicitation Number W15P7T07RN209 ****** A draft SOW , a questionaire, and a WORD copy of the below market survey are posted to the IBOP (https://abop.monmouth.army.mil/). For convenienc e, the market survey was posted on both the 'CECOM Market Survey' drop-down menu with the same title as this announcement and under the 'C-E LCMC 2008' drop-down menu under Solicitation Number W15P7T-08-R-N201 ************** This is a supplemental Market Survey to identify additional potential interest for the Battle Command (BC) Development contractual effort described below. The majority of the efforts described were previously described in a market survey published on 23 Ma y 2006. This Market Survey outlines the previously described Battle Command Development efforts supplemented with a description of additional efforts that have been added to the scope of the effort since the original Market Survey publication. In general, changes from the original Market Survey include the addition of: Network Enabled Command Capability (NECC) integration efforts and the addition of logistics and training documentation for Battle Command products. In addition, references to interface with a System of Systems Engineering and Integration (SoSE&I) contractor have been replaced with interface with a Government team charged with oversight of System of Systems Engineering (SoSE) efforts, given decisions to manage these efforts using Government r esources. As a result of that change, references to an Organizational Conflict of Interest provision have been removed from the Market Survey which originally limited the awardee of SoSE&I efforts from participating in development efforts. Finally, chang es are included to reflect a contract type that includes not only support for Cost Plus Award Fee and Time and Materials but Cost Plus Incentive Fee and elements, depending on the type of work specified in the task order. The effort is still anticipated to be a five (5) year Indefinite Delivery, Indefinite Quantity (IDIQ) contract with five (5) one-year option periods. It will include provisions for Cost Plus Award Fee, Cost Plus Incentive Fee, and Time and Materials suppor t. It will be a multiple award contract (with up to 10 awards projected) to provide Battle Command product and service development and NECC integration support across the family of Battle Command products. The family of Battle Command products included in this development effort consist of: the Global Command and Control System Army (GCCS-A), the emerging contributions to the Network Enabled Command Capability (NECC), Advanced Field Artillery Tactical Data S ystems (AFATDS), Pocket Sized Forward Entry Device (PFED), Command Post of the Future (CPOF), Lightweight Forward Entry Device (LFED), Centaur, Gun Display Unit Replacement (GDU-R), the Battle Command Sustainment Support System (BCS3), Common Software (C S) services, the Battle Command Common Services (BCCS), Maneuver Control System (MCS), Advanced Field Artillery Tactical Data Systems (AFATDS), Joint Automated Deep Operations Coordination System (JADOCS), and generic services within the Battle Command do main. The systems under PM BCs control are undergoing change as a family of products to migrate to a net centric, service oriented architecture. The selected contractor(s) will develop products/services that support the migration of key domain specific f unctional capability to common services that can be consumed across the Battle Command and evolving joint enterprise (accomplished via new development and leveraging and contributing to services and architectural standards across the enterprise to include those provided under the NECC, Network Centric Enterprise Services (NCES), Future Combat System (FCS), Distributed Common Ground Station (DCGS) families of systems). Currently there are activities within the Battle Command environment to define and imple ment ente rprise oriented services that will provide a common framework and environment to support the transition. Efforts such as the Battle Command Common Services (BCCS) development effort provide the initial starting point for migration to a service-oriented ar chitecture within the Battle Command family of systems. Efforts under this contract will require integration with available common services, leveraging evolving technology offerings, leveraging enterprise services and providing services to the enterpris e environment, in addition to normal application development and maintenance efforts for system specific functionality. The Migration effort will be a phased, evolutionary effort to migrate from individual domain specific systems to a service oriented environment where each system contributes to and consumes services across the enterprise and eventually integrates applicati ons and common toolsets to achieve commonality in look and feel for the user. In the interim period, PM BC needs to sustain the existing and evolving system baselines in the field. This acquisition effort supports those systems maintenance efforts as wel l. Each of the Battle Command systems has been developed over many years under the purview of different organizations with domain specific requirements and minimal unifying requirements. Over the past several years focus has been placed on unifying the Battl e Command family of systems via enterprise architecture initiatives that support network centric concepts outlined in the Department of Defense Chief Information Officers Net Centric data strategy. The tenets of the Net Centric approach were making data visible, available and usable; tagging data to enable discovery by users; posting data to shared spaces to provide open access; and migrating from point to point interoperability to many to many exchanges. The major tasks that will make up this effort include the following for each of the Battle Command products: " Maintenance/Development of Battle Command Systems " Development of Common and System Specific Software " Integration of Common Service into Client Applications " Coordination with the Government managed SoS Engineering team which provide unifying architectural guidance across the BC systems " Development of Design and Software Documentation " Testing (Unit and System) " NECC integration efforts " Demonstration and experimentation support " Support to Central Technical Support Facility and NECC testing " Logistics Product development (e.g. technical manuals, training materials) and conduct of training " Supplemental Field, Training and Materiel Fielding support This announcement is to establish an expression of interest only and does not commit the Government to pay for proposal preparation costs. Interested parties should provide an expression of their interest and any questions regarding the scope of the effor t to any of the Points of Contacts below: Mr. Jim Cafiero, 732 532 4764, or james.cafiero@us.army.mil Ms. Linda Johnston, 732 427-5956, or Linda.johnston@us.army.mil Ms. Barbara Girgus, 732 427-2947, or Barbara.girgus@us.army.mil The deadline for response to this notice is 15 calendar days (27 October 2007) from the date of publication. Request your response be provided via email to the questionnaire at attachment.
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN01433401-W 20071014/071012224547 (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 |