Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2011 FBO #3631
SOLICITATION NOTICE

70 -- TACTICAL AIR CONTROL PARTY (TACP) CLOSE AIR SUPPORT SYSTEM (CASS) SOFTWARE

Notice Date
11/1/2011
 
Notice Type
Presolicitation
 
Contracting Office
5 Eglin Street, Bldg 1624Hanscom AFB, MA
 
ZIP Code
00000
 
Solicitation Number
R2945
 
Point of Contact
Edna Alonis edna.alonis@hanscom.af.mil
 
E-Mail Address
E-mail the POC
(edna.alonis@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI)Tactical Air Control Party (TACP)Close Air Support System (CASS) Software Notice Date 10/28/2011 Notice Type Request for Information (RFI) NAICS 541511 Contracting Office Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 5 Eglin Street, Hanscom AFB, Massachusetts, 01731 ZIP Code 01731 Solicitation Number TBD Archive Date TBD Point of Contact Kyla McKinstry, Phone: (781) 255-4103 E-Mail Address kyla.mckinstry@hanscom.af.mil Small Business Set-Aside TBD This Request for Information (RFI) is not a solicitation. This RFI is being issued to conduct market research for information and planning purposes for a source for design, development, and subsequent interim contractor support (ICS) of the Tactical Air Control Party - Modernization (TACP-M) Program's Close Air Support System (CASS) Software (v) 1.4.5. TACP CASS Software is a unified, proven, fielded, warfighting capability that provides critical enhancements that can be used to communicate with various types of platforms over various combat radio networks. TACP units communicate with other ground units and with aircraft via direct radio contact using Variable Message Format (VMF), Air Force Application Program Development (AFAPD), or Marine Tactical Standard (MTS) and via the Link-16 network or the Situational Awareness Data Link (SADL) network. The same TACP CASS software code is hosted on a variety of computers at various US Army command echelons, thus providing interope! rability of CAS communications across the battlespace and across the many Army and Air Force systems that support live fire operations. No single interface provides more than a small fraction of the software's capability. Multimax was awarded a contract in 2002 for the development of the CASS software (ANZUS was a key subcontractor and the actual developers of the CASS code). ANZUS was then acquired by Rockwell Collins in 2004, and Rockwell Collins has continuously developed and maintained successive software versions. The integrated capability is thoroughly embedded in all communities supporting CAS operation, including operations, training, security and test. While TACP CASS software does NOT comprise an air space management capability, it takes inputs from many systems that provide Situational Awareness (SA). The TACP-M Program is working towards satisfying current software requirements with the fielding of each TACP CASS increment. Currently, TACP CASS Software version (v) 1.4.2, fielded and operational, resides on the Dismounted systems and also on the Air Support Operations Center Gateway (ASOC GW). TACP CASS (v) 1.4.3 was discontinued and never fielded. TACP CASS (v) 1.4.4 is in development and is expected to enter Government test in April, 2012, and be fielded in September 2012, when it is anticipated that the final software source code and documentation can be made available for industry review. TACP-M is currently expecting to fulfill current software requirements with the fielding of TACP CASS Software (v) 1.4.5 in January, 2015, the subject of this RFI The Department of the Air Force, HQ ESC/HNAC TACP Modernization Program, is conducting market research to solicit feedback from industry for providing the following design, development, and ICS services and/or solutions to support TACP CASS Software. This RFI seeks to obtain information from interested parties on developing TACP CASS increment (v) 1.4.5 to satisfy operational requirements and provide ICS for TACP CASS software once it has been fielded. The objectives of this RFI are to understand the potential sources with the necessary skills and experience to design, develop, test, integrate, and field new CASS software build (v) 1.4.5 as well as to provide 24-hour, year-round technical support of all operational CASS software once (v) 1.4.5 has been fielded. It is anticipated that qualified respondents will present capabilities for assimilating and building upon CASS software build (v) 1.4.4, even though documentation of that build, comprising 800,000 logical lines of s! oftware code, is known to be incomplete, and to demonstrate the ability substantially to reuse and/or reverse engineer existing software of similar complexity within severe performance, cost and schedule constraints. All (v) 1.4.4 capabilities will be rolled into (v) 1.4.5, and the support of all aggregated capabilities will be required upon the fielding of (v) 1.4.5. TACP CASS Software must comply with the Net-Ready Key Performance Parameters (KPPs). TACP CASS Software must fully support execution of joint operational activities identified in the applicable joint and system integrated architectures and the system must satisfy the technical requirements for transition to Net-Centric military operations. We are seeking companies that have supported the Global Information Grid (GIG) architecture, including the Defense Information Infrastructure-Common Operating Environment (DII-COE) and all DoD security and enterprise architecture policies (DoDAF, DIACAP). We are seeking companies that can offer database management specialists/integrators capable of providing expert command and control design, development, services, and support. Requirements: The TACP CASS Software (v) 1.4.5 requires development of major enhancements to existing code, including: 1.Interface with Joint Automated Deep Operations Coordination System (JADOCS).2.Design and develop NewLite, a hand-held or wearable configuration with a new user interface for dismounted TACPs. This shall incorporate all Joint Tactical Air Strike Request (JTASR) and 9-line communication functionality currently deployed in TACP CASS software in its Air Support Operations Center (ASOC), Tactical Operations Center (TOC) and vehicular configurations.3.Continue development of experimental software designed to communicate with F-35 aircraft.4.Develop communication protocols with three designated UK and German coalition aircraft.5.Develop US Army communications protocols and battlefield geometries, including Call for Fires (CFF), e.g., Gun Target Line (GTL), with calculated Maximum Ordinate (MAX ORD) for all attacking unit-target pairs.6.Develop and/or enhance Digitally Aided Close Air Support (DACAS) Engineering Change Proposal (ECP) software.7.Develop software for Network Enabled Weapons (NEW) Including Integration and Improvement of experimental software designed to communicate with the Small Diameter Bomb (SDB) II.8.Develop an interface to the Tactical Airspace Integration System (TAIS).9.Develop a variety of additional software capabilities outlined in signed, funded AF Forms 1067, as Air Combat Command directs. The TACP CASS Software Program, in addition to developing the above capabilities in (v) 1.4.5, needs to support DACAS interoperability with deployed or deploying/ ground forces, existing CAS aircraft and Operational Flight Programs (OFPs), airspace Command and Control (C2), networking, messaging, and protocol standards, blue force tracking systems, battlefield managers, communications equipment, and needed TACP system hardware improvements or changes because of obsolescence. This will require close coordination with ICS efforts for (v) 1.4.2 (fielded), (v) 1.4.2.1 (experimental) and (v) 1.4.4 (currently in development). General list of features, requirements, or capabilities that are expected to experience changes that will impact (v) 1.4.5 development during the Period of Performance include the following:1.FalconView Compatibility 2.Battlefield Manager and Blue Force tracking Interfaces (AFATDS, FBCB2, TBMCS) All Fielded and Next Generation Compatibility, e.g., AFATDS DDS3.Radio and Terminal Interfacing (PRC-117F/G, PRC-148, PRC-150, SINCGARS, LVT-II, 11.x.y, JRE, SADL)4.Aircraft and OFP Interoperability (F-16, F-15E, AV-8B, F/A-18, A-10, AH-64D, AC-130, B-52, F-35)5.Messaging and Protocol Compatibility (VMF, AFAPD, Link-16, JREAP, MTS, IP)6.System Component and Platform Integration (MRAP, CF-19, MRT, SG MRT, SWC, PCIDM, UDIM, IDM Cable, Laser Range Finder)7.Windows Operating System Compatibility (XP with SP6, Windows7)8.TACP CASS Operational and Performance Improvements9.CAS Dialogs: JTASR, 9-Line(S), and Call For Fires (CFF) dialogs10.Vehicle Communications Systems (VCS) Interfacing 11.Digitally Aided Close Air Support (DACAS) Engineering Change Proposals (ECPs)12.24 hour Help-Desk support Schedule Requirements:The TACP CASS program must maintain a strict schedule for fielding software versions as well as supporting current and future software versions in Forward Operating Locations (FOLs) across the world. All interested providers must provide ICS for CASS (v) 1.4.5 once it has been developed, and to maintain backwards compatibility and interoperability with any versions already fielded. Air Combat Command's (ACC) threshold and objective Initial Operational Capability (IOC) dates for (v) 1.4.5 are shown below. (): Threshold IOC of TACP CASS (v) 1.4.5January 2015Objective IOC of TACP CASS (v) 1.4.5January 2014 Assuming September 2012 contract award and allowing 9 months for government test and security certification and accreditation (C&A), interested Parties are asked to provide their technical capabilities based on all the above requirements. Statements should address the specific requirements of this notice and identify the vendors' capabilities to complete these requirements, including on schedule and within budget testing and C&A. This may include, but is not limited to, a description of corporate experience with similar projects and information on applicable industry certification at the individual and organizational level, as well as describing investments in quality and process improvement activities. Submissions should also include any comments regarding contemplated acquisition strategy. Interested parties that believe they have the requisite capabilities to perform as a prime contractor for this effort should submit a white paper detailing the following: 1.Knowledge of CASS software (version specific)2.Demonstrate evidence of robust systems engineering discipline, system analysis, modeling and simulation experience and capabilities3.Experience applicable to design, test, and production of Close Air Support Software Systems and the ability to improve future technology refreshments and/or enhancements4.Experience representing the ability to reverse engineer software logical lines of code5.Experience with DoD Information Technology Standards and Profile Registry (DISR)6.Experience with design, development, and test of equipment designed for airborne and vehicular environments as well as experience with certification with interoperability. 7.Confirmation of US Secret and COMSEC security clearance for personnel and facilities (including CAGE code) and demonstrated capability to handle and safeguard classified material8.Demonstrated prime contractor experience performing a large, complex Command and Control (C2) system development program with dynamically evolving requirements.9.Identification of high-level Critical Technology Elements associated with your specific plan.10.Software Engineering Institute's (SEI) Capability Maturity Model Integration (CMMI) accreditation level.11.Proof of recent (last three years) experience programming software related to ALL nine above-listed development items and ALL twelve above-listed support items in the general list of features, requirements, or capabilities that are expected during the Period of Performance. Providers considering this requirement as a prime contractor must provide detailed information demonstrating how their capabilities meet the required criteria above. Providers who respond to this notice are also requested to identify prior contracts (by contract number and issuing office) and Government points of contacts (preferably the buyer or Contracting Officer) where they have provided similar efforts. Interested contractors desiring to do business with the Air Force shall be registered in the DoD Central Contracting Reporting System and shall submit their CAGE code number in their submission. Responses are limited to no more than 10 double-spaced, single sided pages with 1 inch margins. Interested parties should submit three (3) hard copies of their written response, and one (1) electronic copy to the Contracting Officer, Ms. Edna C. Alonis, 5 Eglin St. Bldg 1624, Hanscom AFB, MA 01731-2100, (781) 225-4070, edna.alonis@hanscom.af.mil. Responses shall include the company name, address, size of business based on the above NAICS code (large, small, small disadvantaged, 8(a) concern, women-owned, veteran-owned, service-disabled veteran-owned, or HUB Zone small business), the identification of all major subcontractors (if any), whether a U.S. or foreign owned entity, and a company point of contact (POC). Responses must be received no later than fifteen (15) calendar days from the publication date of this announcement. Any questions regarding the information included in the RFI shall be submitted in writing to the Contracting Officer, Ms. Edna C. Alonis, (781) 225-4070, edna.alonis@hanscom.af.mil, and the Contract Specialist, Ms. Kyla McKinstry, (781) 225-4103, kyla.mckinstry@hanscom.af.mil. Questions and answers shall be posted on the HERBB website. THIS RFI IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE AIR FORCE TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. In accordance with FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The Government shall not pay for the information solicited or recognize any costs associated with the submission of responses to the RFI. The purpose of the RFI is to provide an opportunity for industry to enhance the success of any future procurement for these products. Any information obtained as a result of this RFI is intended to be used by the Government on a non-attribution basis for program planning and acquisition strategy development. BY submitting information in response to this RFI, submitters consent to the release and dissemination of submitted information to any Government or non-Government entity to which the Contingency Contracting Task Force (CCTF), of the Office of the Under Secretary of Defense (AT&L), releases and disseminated the information for review. As such, to the extent that any information submit! ted in response to this RFI is marked as, or construed to be proprietary or business-sensitive, submitters are hereby notified (a) about the potentiality that such information submitted may be disclosed to third parties, and (b) that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information. This RFI is being used to obtain information for planning purposes only and the Government does not presently intend to award a contract at this time. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/R2945/listing.html)
 
Record
SN02616095-W 20111103/111101234525-faaba680b5d5e2b6459ed15c6684b891 (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 |
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.