SOURCES SOUGHT
58 -- 58 Market Survey and Sources Sought for Commercial Off the Shelf (COTS) Automated Command and Control (C2)
- Notice Date
- 6/20/2012
- Notice Type
- Sources Sought
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- MARKET-SURVEY-5296-1
- Response Due
- 7/19/2012
- Archive Date
- 9/17/2012
- Point of Contact
- Tineka C. Davis, 443-861-5438
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(tineka.c.davis.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- FOR ALL INFORMATION PLEASE CONTACT: Matthew Oskam, 443-395-6987, matthew.b.oskam.civ@mail.mil Introduction: The US Army Communications Electronics Command (CECOM) Security Assistance Management Directorate (SAMD) is seeking interested sources that are capable of providing exportable commercial- off- the shelf (COTS) software to automate command and control (C2) functions within ground mobile forces at brigade and below. This software will be used to develop and maintain real time situational awareness of both friendly and threat forces as well as create, update/maintain and disseminate a Common Operating Picture across the battlespace. 2. Objective: This goal of this market survey is to assist SAMD with the identification of existing COTS C2 software products available for export to foreign militaries. Vendor submissions will be reviewed by SAMD to determine if their product is a suitable solution for tactical C2 automation requirements for one or more existing or planned Foreign Military Sales (FMS) activity. Vendors meeting the minimum criteria described below may be invited to demo their product and/or be asked for more detailed technical and/or pricing data. 3. Requirements: In order to make this determination SAMD requests that interested Vendors respond to this RFI with a detailed description of their product including ability to meet the following minimum functional criteria: a.The software should be capable of operating on commercially available computing platforms including but not limited to Personal Computers (PC), laptops and/or tablet devices. b.The software should be capable of creating a common operating picture across a modern ground military force in real or near real time. The term COP refers to correlation of manually and/or automatically entered data describing friendly and threat force status/situation overlaid onto maps and/or other user interfaces used to depict time vary changes to the battle space c.The software should develop a COP via the exchange of data with instances of itself distributed across the battlespace. d.Minimum number of instances (nodes) of the software is 700. e.The software should be capable of performing its C2 automation function while supported by tactical radio links operating in either or all HF, VHF and/or UHF bands. f.The software should Include provisions for the creation, manipulation, and management of relational database and/or databases used to store operational, logistical and/or historical C2 related data g.The software should be interoperable with C2 Automated software and systems used by US, NATO and coalition forces h.The software must be approved for export (Offerors must cite past experience supplying into or supporting FMS case) 4. Response Instructions: Interested companies should submit a white paper that includes a brief description to include the following information: a.Technical overview of software offering including description of satisfaction of minimal requirements, description of C2 functions provided and description of overall performance in tactical environment and over tactical communication links b.Pricing data sufficient for SAMD to perform complete cost analysis for fielding to different size elements including (but not limited to) an organization equivalent in size to a US Army Brigade and below. This should include price for basic C2 functionality described herein, prices for optional functions/features, installation, test, deployment, training, maintenance charges and/or any additional cost that can be incurred. (A notionally sized element is acceptable for this part of the response provided that sufficient details/ caveats be provided to allow SAMD to scale the response to different sized elements) c.Notional schedule for a compete fielding to an organization of size equal to that used for the pricing response (item b above) This should include product lead times, test/deployment time lines, typical training times, assumptions and dependencies required to progress from contract award to the point at which the C2 automated SW is typically determined to be operationally ready. d. Past experience including participation in previous FMS cases (if any) as well listing of current DoD and/or US Government contracts (including any open IDIQ if applicable) Respond to Matthew Oskam by COB 19 July 2012 at 443-395-6987 EMAIL matthew.b.oskam.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5b093c7634e91348a80ac69ace937ecd)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02781864-W 20120622/120621000846-5b093c7634e91348a80ac69ace937ecd (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 |