SOURCES SOUGHT
70 -- Software development, test and evaluation, maintenance, integration, training, and fielding.
- Notice Date
- 3/25/2013
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-13-R-5501
- Archive Date
- 5/1/2013
- Point of Contact
- Teresa R Brady, Phone: 3013427952, Christie L Heard-Rawlings, Phone: (301) 757-7084
- E-Mail Address
-
teresa.brady@navy.mil, Christie.Rawlings@navy.mil
(teresa.brady@navy.mil, Christie.Rawlings@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Program Executive Officer, Unmanned Aviation and Strike Weapons, and NAVAIR Contracts Department, Patuxent River, MD is conducting a Market Survey of Industry to determine potential interested sources who have the skills, experience, qualifications, and knowledge required to successfully qualify for software development, test and evaluation, maintenance, integration, training, and fielding for PMA-281 Software (SW) Development capabilities to support the joint service warfighters. This Sources Sought is a follow on to the Request for Information (RFI) solicitation number N00019-12-P7-ZD054 posted December 2011. Responses from large and small businesses are requested for this Sources Sought even if an RFI response was received in the past. The Government plans to hold an industry day post draft RFP release in the Patuxent River, MD area. The results of this Sources Sought will be utilized to review industry feedback on the Statement of Work (SOW), and to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The overall objective of the PMA-281 SW Development contract will be to deliver PMA-281 capabilities to our domestic joint service warfighters and Foreign Military Sales (FMS) customers utilizing Indefinite Delivery Indefinite Quantity (IDIQ) delivery orders awarded through a Multiple Award Contract (MAC). The scope of the PMA-281 SW Development IDIQ/MAC includes software development, test and evaluation, maintenance, integration, training, and fielding. These efforts include, but are not limited to the following: • Development and evolution of Naval Mission Planning Systems (NavMPS) capabilities and components, such as Joint Mission Planning System - Maritime (JMPS-M), Expeditionary (JMPS-E), Weaponeering and Stores Planning (WASP) and associated Unique/Common Components and Federated Applications. • Development and evolution of International Program (IP)/ FMS capabilities and components • Development and evolution of Common Control Systems (CCS) capabilities and components • Development and evolution of Theater Mission Planning Center (TMPC) capabilities and components • Upgrade and maintenance of legacy systems • Design Commercial-Off-The-Shelf (COTS) based software/hardware solutions for fielded systems • Perform studies and/or prototyping efforts REQUIRED CAPABILITIES The contractor shall utilize the Office of the Secretary of Defense (OSD) Unmanned Aircraft System (UAS) UAS Control Segment (UCS) architecture model (located at: https://ucsarchitecture.org/) when specified in the Delivery Order tasking. The Government envisions solutions for PMA-281 systems that include implementation of the following: 1. System Engineering including requirements traceability 2. Human Systems Integration 3. Risk Management 4. System Safety including, Hazard Analysis, Software System Safety and System of Systems Safety 5. Airworthiness Requirements 6. Configuration Management 7. Software Engineering including, Software Metrics and Software Maintenance 8. Software Development including, Automated Unit Level Testing, Software Build Configuration Control and Studies and Prototypes 9. Hardware Engineering 10. Security including, Facility Clearance, Personnel Security Clearance and Background Investigations and Information Assurance 11. Program Protection Implementation Plan 12. Anti-Tamper 13. Test and Evaluation 14. Integrated Logistics including, Life Cycle Logistics and Product Support Strategy The contractor shall provide a capabilities statement that addresses their ability to perform the above listed implementation items (1-14) as well as the tasking listed in the attached draft SOW. Contractor feedback of the attached SOW is encouraged. This documentation should include the contractor's capability in developing software components and applications. Specifically, provide emphasis on the following items: (1) design and systems engineering, design verification, first article and qualification testing; (2) planning, coordinating and conducting tests to prove system performance; (3) software integration and software delivery; (4) capabilities with software safety tasking including Level of Rigor (LOR) and software safety design; and (5) understanding / use of an UCS Open Business Model (OBM). The Contractor should also include: company profile to include number of employees, Cage Code, DUNS number, NAICS code, a statement regarding current small business status, and a statement on whether your initial interest in this sources sought is to be the prime contractor or whether you are seeking subcontracting opportunities. All proprietary or corporate data received shall be clearly identified and will be protected from release to sources outside the Government. RESOURCES The SOW, References listed in the SOW, Industry Feedback Form and instructions for submitting SOW feedback can be located by clicking the following link https://myteam.navair.navy.mil/programs/peouw/PMA281/281Coi/SitePages/Home.aspx. This site requires a PKI or CAC for access. Please submit your request for access to the Contract PCO Christie Rawlings at Christie.Rawlings@navy.mil, copy Jennifer Harding at Jennifer.harding.ctr@navy.mil. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Secret at time of contract award for personnel and facilities clearances. ELIGIBILITY The applicable NAICS codes for this requirement are 541511 and 541712. The Product Service Code is 7030. SUBMISSION DETAILS Interested large and small businesses should submit capability statements and SOW feedback electronically to Christie Rawlings at Christie.Rawlings@navy.mil and cc: to Teresa Brady at teresa.brady@navy.mil by 4pm on Tuesday, April 16th, 2013. Please submit all questions to Christie Rawlings, at Christie.Rawlings@navy.mil or alternatively at (301) 757-7084. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Classified material SHALL NOT be submitted. Interested large and small businesses should submit a brief capabilities statement package (no more than TWENTY single-sided 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to perform the requirements listed above and in the attached draft SOW. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number, and email address. Instructions and template for SOW feedback can be accessed using the link provided in the Resources section above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-13-R-5501/listing.html)
- Record
- SN03019850-W 20130327/130325234130-c1ddbd42cc867cf4b43b877e826f9d86 (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 |