SPECIAL NOTICE
59 -- Request for Information (RFI) - Army's Requirement for Army Mounted Family of Computer Systems (MFOCS) - RFI in PDF Version
- Notice Date
- 4/7/2016
- Notice Type
- Special Notice
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- PL83220029
- Archive Date
- 6/15/2016
- Point of Contact
- Miguel A. Colunga-Huerta, Phone: 618-229-9571
- E-Mail Address
-
miguel.a.colungahuerta.civ@mail.mil
(miguel.a.colungahuerta.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI in PDF Version REQUEST FOR INFORMATION (RFI) - Tracking No. PL83220029 Army Mounted Family of Computer Systems (MFOCS) The Defense Information Systems Agency (DISA) Defense Information Technology Contracting Office (DITCO) is seeking information from industry on Non-Developmental Items (NDIs) that could support Mounted Family of Computer Systems (MFOCS) requirements for the Project Manager, Mission Command (PM MC), Product Manager, Joint Battle Command-Platform (PdM JBC-P). THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. 1. Overview/Purpose/ Description of Procurement The Joint Battle Command - Platform (JBC-P) is a networked battle command information system that enables units to share near real-time friendly and enemy situational awareness information, operational maps and graphics, and Command and Control (C2) messages. JBC-P is an upgrade from the Force XXI Battle Command Brigade-and-Below (FBCB2) Joint Capabilities Release (JCR) and is fielded in both mobile and command post versions. Communications are supported by the Blue Force Tracker (BFT) satellite for mobile operations and the Tactical Internet for command post operations. The program is managed by PM MC, PdM JBC-P. The mission of JBC-P is to distribute accurate digital C2 and Situational Awareness (SA) data at all echelons to the platform and dismounted domains, populating a Common Operating Picture (COP) and reducing risk of fratricide. It is the primary platform level digital mission command for the Army, Marine Corps, and the Special Operations Force (SOF). JBC-P consists of computer hardware and software integrated into tactical vehicles, aircraft, and provided to dismounted forces. The system distributes SA data and mission command messages within/between platforms, dismounted leaders, and command centers/posts across celestial and terrestrial networks. The MFOCS is a modular family of computing platforms which integrates FBCB2, JBC-P, and Warfighter Information Network-Tactical (WIN-T) capabilities onto a common computing platform. MFOCS supports SA, C2, and maneuver capability using next-generation computing and display hardware at multiple configurable levels. These MFOCS systems include dismountable tablet PCs, processor units, keyboards, removable solid-state storage, display units, cabling and installation kits designed for various platforms, all ruggedized for continuous operation in a wide range of military and combat environments. 2. Scope of Effort Interested parties will be required to manufacture, test, and deliver MFOCS hardware. PM MC is seeking NDI solutions capable of meeting the MFOCS requirements. Therefore, proposed solutions should ensure that development costs as well as non-reoccurring engineering costs are kept to a minimum. Additionally, the Army is only entertaining the idea of firm-fixed-priced contracts for MFOCS procurement requirements. 3. Technical Characteristics PM MC requires interested parties be able to manufacture, test, and deliver MFOCS hardware that meets the requirements outlined in the MFOCS Performance Specification and associated Interface Control Documents. The MFOCS Performance Specification and associated Interface Control Documents can only be obtained by interested parties via secure means; therefore, please follow the instructions contained herein for access. 4. Requested Information Interested parties will provide the following: Sample Hardware (Demonstration) 1. Interested parties will submit sample hardware and conduct a demonstration; sample hardware will be functional and will be delivered to the Government at time of scheduled demonstration. Demonstration will occur at a lab located in the Aberdeen, Maryland area, see instructions contained herein for scheduling. Any sample hardware submitted via demonstration will be retained by the Government for fifteen (15) calendar days after demonstration, after which time it will be returned via FedEx to the owner. The Government is liable for the costs of return shipment to vendor; however, the Government is not liable or responsible for defective hardware or hardware damaged during shipment. Performance (White Paper Response) 2. Interested parties will document performance capabilities of their sample hardware in relation to the MFOCS Performance Specification and associated Interface Control Documents. Interested parties will specifically identify all deficiencies/deviations from the MFOCS Performance Specification and associated Interface Control Documents along with proposed solutions for achieving compliance. All deficiencies/deviations identified will discuss proposed engineering solution and associated risk assessment (to include cost, schedule, and performance risk). 3. Interested parties will document manufacturing capabilities specifically discussing manufacturing facilities, line rates, and lead times. First Article Qualification Testing / Other Testing (While Paper Response) 4. Interested parties will document if any First Article Qualification Testing (FAQT) or other testing has been executed on the sample hardware. If testing of sample hardware has been performed, interested parties will submit copies of test results/reports for Government assessment. **The Government is not requiring interested parties to FAQT or test their sample hardware to support this RFI, the Government is merely interested in the extent of testing that has been conduct on the sample hardware and the results of said testing. INSTRUCTIONS FOR ACCESS TO MFOCS TECHNICAL DOCUMENTATION: To qualify for access to the MFOCS Performance Specification and associated Interface Control Documents, interested parties are required to maintain compliance with Code of Federal Regulations (CFR) Title 22, Subchapter M, International Traffic in Arms Regulation (ITAR), and provide evidence of current registration in accordance with Part 122 Section 122.1. Interested industry parties will be required to complete a Non-Disclosure Agreement (NDA), provide proof of ITAR registration, and identify a Point of Contact (POC) for taking receipt of the MFOCS Performance Specification (Name, Email, and Phone required). Once signed NDA, ITAR registration proof, and POC have been received/cleared by the Contracting Officer, cleared POC will receive an email with the MFOCS Performance Specification and associated Interface Control Documents. Interested parties are authorized to retain the MFOCS Technical Documentation and derivative products for no later than one hundred eighty (180) calendar days after receipt. No later than one hundred eighty (180) calendar days after receipt, interested parties shall destroy all printed and electronic copies of the MFOCS Technical Documentation provided by the Government and all derivative products. The interested party shall then certify via letter to the Contracting Officer that: - this destruction has been completed; - the method used for destruction (e.g. shredding or incineration of printed copies, purging of electronic media, wiping of storage); and - provide a complete list of the personnel that had access to the MFOCS Technical Documentation and derivative products prior to destruction. RESPONSE GUIDELINES: Interested parties are requested to respond to this RFI with a white paper and then schedule a demonstration time with the Government. White paper submissions shall not exceed 25 pages (excludes any test results/reports), single spaced, 12-point type with at least one-inch margins on 8 1/2" X 11" paper size. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Responses must specifically describe the interested party's capability to meet the requirements outlined in this RFI. Oral communications are not permissible. FedBizOpps will be the sole repository for all information related to this RFI. Interested parties who wish to respond to this RFI or who would ike to request access to the MFOCS Performance Specification and associated Interface Control Documents shall do so no later than 31 May 2016 at 1600 CST via email addressed as follows : To: Sandra Lindecamp, sandra.l.lindecamp.civ@mail.mil; Ellie Keele, elizabeth.a.keele.ctr@mail.mil Cc: Debra Powell-Schaffer, debra.l.powell-schaffer.civ@mail.mil; Miguel Colunga-Huerta, miguel.a.colungahuerta.civ@mail.mil INDUSTRY DISCUSSIONS AND SAMPLE HARDWARE DEMONSTRATIONS: DISA and PM MC representatives will meet with potential offerors and hold one-on-one sample hardware demonstrations after receipt of RFI responses. Such discussions are only intended to obtain further clarification of potential capability to meet the requirements and demonstration of product capabilities. After receipt of RFI submission, DISA will coordinate with interested parties to schedule demonstration times, demonstrations will occur no later than 17 June 2016. The intention of these demonstrations are not to be general sales pitches, but rather to provide interested parties the opportunity to demonstrate sample hardware and discuss any deltas to the MFOCS Performance Specification and associated Interface Control Documents. Interested parties should be prepared to bring and leave sample hardware at time of demonstration along with answering questions related to how their sample hardware meets MFOCS Performance Specification and associated Interface Control Documents requirements. The Government strongly suggests that interested parties bring the necessary subject matter experts to address these items. Interested parties will limit the size of their team to no more than five persons. Demonstrations will be strictly limited to 90 minutes in duration. Further details will be provided at time of demonstration scheduling. QUESTIONS: The Government will not entertain and will not address any questions from Industry at this time. The Government will not reimburse companies for any costs associated with the submissions of their responses or the participation in demonstrations. DISCLAIMER: This RFI is not a RFP and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, "Request for Information or Solicitation for Planning Purposes", is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Please be advised that all paper submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL83220029/listing.html)
- Place of Performance
- Address: USARMY PEO C3T, Aberdeen Proving Gro, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04076422-W 20160409/160407234603-b36f3966d9c2c6bcf250bb012d2e5829 (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 |