SOLICITATION NOTICE
99 -- Battlefield Air Operations Machine to Machine II Software Suite
- Notice Date
- 2/14/2012
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8629-12-R-2423
- Archive Date
- 3/15/2012
- Point of Contact
- Nancy G. Leggett, Phone: (937) 255-1696, George Walter, Phone: 937-255-9351
- E-Mail Address
-
nancy.leggett@wpafb.af.mil, george.walter@wpafb.af.mil
(nancy.leggett@wpafb.af.mil, george.walter@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. The Aeronautical Systems Center (ASC) is soliciting information to identify possible vendors to provide support for the Battlefield Airmen Operations Kit M2M software (BAO Kit M2M). BAO Kit M2M is a group of related software programs designed for the Battlefield Airmen to achieve mission-specific capabilities such as: • Targeting/ and situation awareness • Beyond line of site Targeting-SAT to Link-16 (Cursor-on Target(CoT)) • Message conversion (CoT to Link 16 and VMF) • Target Mensuration • Messaging • Chat room messaging • File and Video Transfer This Request for Information (RFI) is issued for informational purposes only and does not constitute a solicitation or commit the government to award a contract now or in the future. Submitting information for this RFI is voluntary, and participants will not be compensated. 2. Respondents to this RFI should describe their ability to meet and/or exceed the requirements listed in the attached Statement of Objectives (SOO). The estimated scope of this effort is a base year and four (4) one year options, totaling approximately $12 million for the entire effort. 3. Two (2) paper copies should be submitted as set forth in paragraph 4. Paper copies must be clearly labeled "Proprietary/Competition Sensitive Information" on the cover sheets and, in close proximity to this type of information, on each applicable page. Proprietary/Competition sensitive information will be protected from disclosure. E-mail copies of the paper submittal will be accepted. 4. Responses shall be received no later than 29 February, 2012. Submittals should be sent to ASC/WISK, Attn: Nancy Leggett, Bldg 46, 1895 Fifth Street, WPAFB OH 45433-7200. Any technical questions should be directed to Doug Wren, (Com: 937-255-3402, e-mail: douglas.wren@wpafb.af.mil). Any other questions should be sent to Nancy Leggett (Com: 937-255-1696, e-mail: Nancy.Leggett@wpafb.af.mil). E-mailing of any questions is preferred. Battlefield Air Operations - Machine to Machine (BAO-M2M) II Software Suite STATEMENT OF OBJECTIVES (SOO) 1.0 PROGRAM GOAL The goal of the Battlefield Air Operations-Machine to Machine (BAO-M2M) II Software Suite effort is to improve the performance of fielded Special Tactics (ST) and Guardian Angel operators during target acquisition and control and Personnel Recovery (PR) operations-reducing potential for errors, enhancing the safety and security of friendly forces, and, ultimately, reducing the risks of fratricide. The BAO-M2M II effort is a continuation of related projects previously or currently under contract with the Battlefield Airmen System Program Office (ASC/WISN). The BAO-M2M II effort should, to the extent possible, leverage previous and current efforts related to the design, development, and testing of software applications as specified within this SOO, and in integrating with existing and emerging technologies and software applications to enhance the human-machine interface and enable machine-to-machine (M2M) operations. This software suite supports the overall BAO Kit, which is a compilation of man-wearable/packable combat equipment that enables faster targeting and digital collaboration with supporting Close Air Support (CAS) aircraft. The software supports digital integration of this equipment, which consists of radios, computer, handheld range finder and targeting device, head mounted display and headset, and Small Unmanned Aerial Vehicle (SUAV) and controller. The software also supports the Guardian Angel Operations (GAO) Kit, which supports a similar kit and mission with the added focus on PR. This is done with additional software modules. 1.1 PROGRAM OBJECTIVES Specifically, the objectives of the BAO-M2M Software Suite project are: 1.1.1 Maintain and support the currently fielded BAO-M2M software suite. This suite consists of approximately 60 applications. 1.1.2 Design, develop, and test the BAO Kit and GAO Kit software suites. 1.1.3 Integrate disparate, segregated capabilities into a single software user interface. 1.1.4 Support research and development of software that augments or supports the capabilities of the BAO Kit and the BAO-M2M software suite. 1.1.5 Provide the necessary support for formal testing, demonstrations, and fielding events. 1.1.6 Design, develop, and test new capabilities within the BAO-M2M software suite. 1.1.7 Design, develop, and test new capabilities to support the GAO Kit. 1.1.8 Provide support for the Information Assurance requirements of the BAO Kit. 1.1.9 Provide system, test, and user documentation. 1.1.10 Acquire materials. 1.1.11 Establish and maintain Configuration Control. 1.1.12 Conduct Technical Meetings up to SECRET classification. 1.1.13 Maintain online requirements and deficiencies database. 2.0 TECHNICAL REQUIREMENTS The Contractor shall provide support in accordance with the following paragraphs. 2.1 Maintain and support the currently fielded BAO Kit software suite. The Contractor shall, as necessary, maintain (to include bug tracking and repair and testing) the currently fielded BAO-M2M software suite, including ST Toolkit, TGTS, ST Moving Map, RED, EtherView, GetNineLine, GeoChat, CASBook, SPIBar, and S2JD. The Contractor shall have software coding expertise in C++ and PERL. The contractor must also have expertise in creating and supporting cloned software images. 2.2 Design, develop, and test the BAO Kit and Guardian Angel software suites. The Contractor shall design, develop, and test the complete BAO-M2M software suite. Additionally, the Contractor shall design, develop, and test the Guardian Angel software suite to include the Rescue-specific configuration and updates. The software suite must function on current operational hardware and, with Government assistance and direction, next-generation small wearable computers. The Contractor shall test the systems' default configurations and the acceptable integration of the various components that comprise the suite. 2.3 Integrate disparate, segregated capabilities into a single software user interface. The Contractor shall design, develop, and test plug-ins for integration within the existing ST Toolkit application to consolidate applications and functionality into a single user interface. The Contractor shall perform the proper analysis to determine the appropriate level of integration, ultimately avoiding the duplication of features in disparate locations and reducing the user's cognitive workload. Additionally, the Contractor shall maintain the ST Toolkit Application Programming Interface as necessary to facilitate future integration with third party applications. 2.4 Support research and development of software that augments or supports the capabilities of the BAO Kit and the BAO-M2M software suite. The Contractor shall support research, development, and maintenance of those software applications that augment, enhance, or support the capabilities of the BAO Kit and the BAO-M2M software suite. Such activities may include support to the Multi-Tadil Capability Daemon (MTCD) application as well as the development of a centralized system that allows for completed airfield surveys to be archived, retrieved, and searched using the previously funded, AFRL-developed Runway Survey Database (RSDB) system as a reference. 2.5 Provide the necessary support for formal testing, demonstrations, and fielding events. The Contractor shall support Air Force developmental and operational testing, Air Force System Interoperability Testing, and Joint Integration Test Center testing of the BAO-M2M software suite. In addition, the Contractor shall support the software suite during demonstrations and field events (such as Mission Employment (ME) at Nellis AFB and Summer Camp at Hurlburt Field), as directed by the Government. The BAO-M2M Software PM will approve all travel on a case-by-case basis. 2.6 Design, develop, and test new capabilities within the BAO-M2M software suite. With Government direction and approval, the Contractor shall perform analysis on the emerging needs of the Combat Controller and design and develop software applications to meet these needs. The Contractor shall perform component and system level testing for each of the developed applications. 2.7 Design, develop, and test new capabilities to support the GAO Kit. With Government direction and approval, the Contractor shall perform analysis on the emerging needs of the Guardian Angel community and design and develop software applications to meet these needs. The Contractor shall perform component and system level testing for each of the developed applications. 2.8 Provide support for the Information Assurance requirements of the BAO Kit. The Contractor shall support the Program Office in developing the required documentation to attain the BAO Kit Authority to Operate (ATO). In order to effectively contribute to this process, the Contractor must possess a detailed understanding of the BAO-M2M software architecture along with in-depth knowledge the BAO Kit components. 2.9 Provide system, test, and user documentation. The Contractor shall update or provide system, test, and user documentation for the BAO-M2M software. The Contractor shall provide the appropriate documentation for each application within the BAO-M2M software suite or as an overarching document where applicable. The required documentation includes, but is not limited to: • Software Development Plan (SDP) • Configuration Management Plan (CMP) • Software Requirement Specifications (SRS) • Software Design Document (SDD) • Interface Control Document (ICD) • Software Version Document (SVD) • Software Test Description (STD) • Software Test Plan (STP) • Software Test Reports (STR) • User guides • Training guides 2.10 Acquire materials. The Contractor shall, with Government approval, purchase materials in support of software design, development, and testing. All materials will be fully accounted for by the Contractor and will remain as GFE (Government Furnished Equipment) at the conclusion of the BAO-M2M work effort. 2.11 Establish and maintain Software Control. The Contractor shall establish and maintain a software product baseline that provides integrity for the BAO-M2M software suite which demonstrates the Contractor's mature processes for software engineering activities. The Contractor's processes will be tailored based on the project's requirements and needs and in collaboration with the Government's stated requirements. • All source code, in addition to external dependencies of the source code, will be tracked in a versioning system. The Contractor will be able to recall the source code and its dependencies for any previous installation version. • The Contractor shall track repairs and enhancements made to the BAO-M2M software applications to account for software installation version differences. 2.12 Conduct Technical Meetings. The Contractor shall support periodic TIMs (Technical Interchange Meetings) and other meetings as directed by the Government. 3.0 Maintain Configuration Management. The Contractor shall maintain Configuration Management (CM) of the BAO-M2M software artifacts throughout the development life cycle, employing mature and repeatable processes to the systems and software engineering activities. The Contractor shall be responsible for maintaining established baselines and the entire CM through the program life cycle for the BAO-M2M software. The Contractor shall establish an internal Configuration Control Board, as required and according to the Contractor's established configuration management procedures. The Contractor shall deliver a CM Plan in contractor format and shall also participate in the Government-approved CM Process, as directed by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-12-R-2423/listing.html)
- Place of Performance
- Address: Wright Patterson Air Force Base, Wright Patterson, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02675339-W 20120216/120215000259-fb1bd4a5fe72ab7188607a8d0ba07f19 (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 |