Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2017 FBO #5871
SOURCES SOUGHT

D -- Software Sustainment and Post Production Life Cycle Software Support

Notice Date
12/18/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-18-I-0022
 
Archive Date
2/14/2018
 
Point of Contact
Christine M Kuney, , Kevin J. Edmond,
 
E-Mail Address
christine.kuney@usmc.mil, kevin.edmond2@usmc.mil
(christine.kuney@usmc.mil, kevin.edmond2@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Research and Request for Information (RFI) Software Sustainment and Post Production Life Cycle Software Support NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT NOTICE ONLY. This Request for Information (RFI) describes the scope of work, objectives, and requirements needed to successfully fulfill the United States Marine Corps (USMC) Program Executive Officer Land Systems Marine Corps (PEO LS) Theater Battle Management Core Systems (TBMCS) baseline software sustainment and post production life cycle software support. Description: TBMCS is a United States Air Force (USAF) led program, with joint interest. TBMCS serves as the focal point for Joint Air Warfare Command and Control (C2), integrating systems for planning, tasking, intelligence-gathering and execution into a single, common interface. It is the primary system for planning, managing and executing the air battle, feeding real-time, decision-quality information to users from the Joint Forces Air Component Commander (JFACC) and the staff at the Air Operations Command (AOC) to pilots, navigators, and weapons control officers on the battlefield. TBMCS links the command and control systems for the USAF, United States Navy (USN), and USMC, and integrates with ground systems for the United States Army systems, enabling coordinated, synchronized air battle management. The program is post Milestone C and in sustainment. Software sustainment and post production life cycle support of TBMCS is currently being performed by Lockheed Martin Corporation in Colorado Springs, CO. The government intends to sunset TBMCS by the end of fiscal year 2023 (September 23). TBMCS software is approximately 4 million lines of code, comprised of various programming languages (Ada, Java 2 Platform Enterprise Edition (J2EE), C, C++, Perl, Unix Shell Scripts, SQL, Ant, Batch Code, Visual Basic, and AWK). Additionally, TBMCS software uses multiple specific compilers and libraries for legacy UNIX applications, including Sun C++ compiler, Forte Developer 7 C++ 5.4 2002/03/09, Sun C compiler, Forte Developer 7 C 5.4 2002/03/09, KL Group XRT Table v2.2.1, Field v1.1.0, Gear widgets, v2.0.1, etc. Operating systems include Solaris 10, Windows 10, Windows Server 2012, and middleware consisting of Oracle 9i/12c, Oracle WebLogic Server 12c, Systematic IRIS, and Java Runtime Environment 1.6, with compatibility to Java 1.6. USMC sustainment efforts require integration with USAF/Joint sustainment efforts to maintain backwards and forwards interoperability. TBMCS sustainment support must be accomplished without compromising joint TBMCS performance and functionality, and without compromising the Cybersecurity posture of the system. Requirements Information: PEO LS requests information from industry sources who have systems development and integration and hardware/software engineering experience in the sustainment of products including tactical C2 applications, including the integration of hardware/software updates required to maintain fielded system. Respondents are requested to provide information specifically on the following: •A. Evidence of competent systems engineering and integration experience that includes both legacy and engineering integration of web-based applications (first and second generation) and service inventories and deployment in the sustainment of software and software languages associates with TBMCS; or equivalent C2 software and proficiency in those software languages (i.e., Ada, J2EE, C, C++, Perl, Unix Shell Scripts, SQL, Ant, Batch Code, Visual Basic, AWK), operating systems (Solaris 8, Solaris 10, Windows 2000/2003/2008/XP, OIi COE 32) and middleware (Sun Java Runtime Environment 1.6, Oracle 9i/11 g, Oracle WebLogic Server 9.2/10.3, Systematic IRIS), Apache Web Server and COTS application (Microsoft Office 2003, Internet Explorer 7, Firefox). •B. Demonstrated ability to implement and execute Cybersecurity policies and directives (DoDI 8500.1, DoDI 8510.01, Federal Information Security Management Act (FISMA) and Marine Corps Enterprise Cybersecurity Manual 018 (ECSM 018)) in relation to the systems architecture across security domains from unclassified to Secret (with desirable understanding of Sensitive Compartmented Information (SCI)). •C. Demonstrated knowledge of and capability to support fielded software maintenance including a Tier II 24-Hour Help Desk. Tier II defined as providing: urgent maintenance, fixes, documentation, and contingency support for TBMCS. The support will include technical expertise and assistance on questions and issues related to TBMCS fielded systems, system patches, service packs, real-world contingencies, exercises, and testing. The support requires the vendor be capable of providing a secret classified lab, configurable to provide the USMC TBMCS fielded baselines, and interoperability with the USAF and USN TBMCS baselines, and all requisite system interfaces. •D. Demonstrated capability to integrate and assume software maintenance responsibility for a similar (to TBMCS) software code base not originally developed by your organization (i.e., third party software). Must demonstrate similar complexity and scope to that of the TBMCS system. •E. Minimum Capability Maturity Model Integration (CMMI) Level 3 compliance in the respective business unit and process controls to ensure that work performed by subcontractors is consistent with CMMI Level 3. •F. Demonstration of understanding of Joint Interoperability of C2 systems. •G. Understanding of the Air Operations Center (AOC) and the Tactical Air Command Center (TACC) operations and challenges. The government desires specific examples demonstrating the capabilities provided by TBMCS to the AOC and TACC. •H. Demonstrate the capability to perform testing/regression testing and to resolve hardware/software issues resulting from baseline changes in fielded systems (i.e., Information Assurance Vulnerability Alerts (IAVAs), Implementation and testing of Defense Information Systems Agency (DISA) Security Technical Implementation Guide (STIG) using approved DISA STIG Tools, Technical Change Notification Orders (TCNOs), and Group Policy Objects (GPO) upgrades. •I. Availability to provide the resources, within 30 days of contract award, to sustain large scale, software intensive C2 fielded systems, including, but not limited to: •(1) Qualified Staff with proper clearances for selected key personnel and all cybersecurity personnel certified IAW DoDD 8570/8140 at time of award. •(2) Adequate facilities, including labs, for analyses and testing (which includes classified communication capabilities) to maintain system baselines. Classified space required at time of award. Supporting Government Furnished Equipment (GFE) cannot be provided at contract award. Awardee will need to provide equipment for minimum of 120 days at contract award, pending current GFE transfer. •(3) The first software build delivery expected 120 days after contract award. •J. Demonstrate an understanding of net-centric data/service exposure. Evidence of understanding the Net-Centric Data Strategy, Net-Centric Enterprise Solutions for Interoperability (NESI), Net-Centric Enterprise Services (NCES), and Modular Open Systems Architecture (MOSA) inclusive. •K. Demonstrate DoD Community of interest (COi) processes, relevant COi schemas and specifications (e.g., the Air Operations COi (AO COi) schemas)), and overall data registration and discovery processes. •L. Demonstration of proficiency in business process modeling/management (BPM), electronic workflow, and service orchestration. •M. Demonstrated ability to perform Releasability Analysis. Response Format: Interested vendors who believe they are capable of providing and meeting the requirements above are invited to express their interest by responding to the requested information in this RFI with a white paper in Microsoft Word for Office 2013-compatible format. RFI responses are limited to 20 single-sided, 1" border pages, including cover and administrative pages, and shall be delivered using 12 point font or larger. The paper size shall be 8.5 x 11 for text and 11 x 17 for diagrams. Please be advised that any vendor proprietary information must be marked as such on a page-by-page basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. Additionally, interested firms are requested to provide the following information in their RFI response: (a) company name, company address, overnight delivery address (if different from mailing address), cage code, point of contact, e-mail address, telephone number, fax number; and (b) indicate business size (i.e., large, foreign, small disadvantaged, veteran-owned, minority-owned, woman-owned, etc.) to the Government representatives listed below. Questions: Questions or comments regarding this notice may be addressed to Christine Kuney, Christine.Kuney@USMC.MIL, Contracting Officer and Kevin J. Edmond, Kevin.Edmond2@USMC.MIL by email only. No questions will be accepted after 05 January 2018. The Government intends to respond to as many questions as possible and will respond to questions via amendment posted to FedBizOpps so that all interested parties will benefit from the same information. It is industries' responsibility to monitor the site for the release of any amendment to this announcement; however, if some of the answers to industry's questions include FOUO classified information, only vendors who have provided the Government with their U.S. Postal mailing address and valid CAGE code will be provided this information. Response Deadline and Submissions: Vendors who believe they are capable of providing and meeting the requirements described above, must submit their response via email to Christine.Kuney@USMC.MIL and cc. Kevin.Edmond2@USMC.MIL no later than later than 30 January 2018 at 1600 Eastern Time. Please note that any submissions received will not be returned Points of Contact: Christine Kuney, Contracting Officer Christine.Kuney@USMC.MIL Kevin J. Edmond, Contract Specialist Kevin.Edmond2@USMC.MIL TELEPHONE CALLS WILL NOT BE HONORED. NOTE: This RFI is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quotes (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. The Government will NOT be responsible for any costs incurred in responding to this RFI or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor's submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Should the Government have a subsequent requirement, availability of any formal solicitation will be announced under a separate Federal Business Opportunities announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-18-I-0022/listing.html)
 
Record
SN04770102-W 20171220/171218231331-ca85c0fb0a95ab32b1a14a065965010f (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.