Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2018 FBO #5908
SOURCES SOUGHT

R -- Soldier Experience Capability Continuum

Notice Date
1/24/2018
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QYSECC
 
Archive Date
2/23/2018
 
Point of Contact
Kimberly B. Pumyea, Phone: 5082335167
 
E-Mail Address
kimberly.b.pumyea.civ@mail.mil
(kimberly.b.pumyea.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: This Sources Sought Announcement is to assist the Natick Soldier Research Development and Engineering Center (NSRDEC) identify potential sources to provide technical services for NSRDEC, Nett Warrior (NW) program, and other government agencies in areas of advanced concepts for on-soldier and small unit network and electronics integration and soldier experience enhancements, dismounted leader software engineering, dismounted leader software coding, dismounted leader software configuration management, software testing, system engineering and integration, dismounted leader training, as well as targeted field support to ensure continuum of soldier experience and to obtain field feedback. The focus of the NW effort would be tied to advancing and maturing the NW System in the areas of NW Tactical Marketplace, NW cloud based messaging, NW/Tactical Assault Kit (TAK) server architecture, NW End User Device certification establishment/management, cellular network management, NW electronic warfare maturation, and overall user acceptance. Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned. Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOps) website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. DESCRIPTION: The purpose of this Sources Sought Announcement is to obtain information on industry capability to provide technology developers with extensive experience in designing, developing, assessing, integrating, software development related to procurement, maintaining dismounted Soldier NW or TAK systems and the ability to provide user feedback across the acquisition life cycle. Potential sources shall have qualified personnel with extensive prior experience to: - provide user experience and integration feedback for on-soldier and small unit based information portrayal electronics, sensors, robotics, and network equipment; - provide soldier and warfighter feedback including advanced concept development, prototype, procurement, and operations and maintenance (O&M); - provide advanced concept integration and development to include mission information and tactical information portrayal across the spectrum of on-Soldier and small unit sensors and electronics, asymmetric vision, manned-unmanned teaming and synthetic training capabilities; - prepare systems and execute lab and field assessments for on-Soldier electronic architecture, Soldier-borne networks, sensors, robotics, full motion video, emerging display components, and related experimentation analysis; - execute field demonstrations and provide data analysis to quantify the validity of capabilities; - periodic transfer of source code to government owned source code repository providing technical measures of readiness for transition; - provide targeted O&M support and document user experience feedback; and - provide comprehensive and wide-ranging support for evolving / maturing NW system in the areas of software engineering, system engineering, cybersecurity, system architecture and integration. Qualified personnel with appropriate combinations of education, training, and experience can be summarized as follows: - Software Engineer Level III-V, 05-25 years' experience, Bachelor-Master's Degree in Computer Engineering OR Computer Science OR equivalent degree as determined by the Government, and experience in requirements capture, design, development, testing and execution - Senior Software Integration Engineer, 05-20 years' experience, Bachelor's Degree in Computer Engineering OR Computer Science OR equivalent degree as determined by the Government, and experience in requirements capture, design, development, testing and execution - System Engineer III-V, 05-30 years' experience, Bachelor-Master's Degree in Systems Engineering or related field, and experience in network architecture design, Interface control and management, systems engineering, integration, and test - Systems Integrator, 01-10 years' experience, Bachelor's Degree in IT or related field desired, and experience in data communications, radio networking, or software development consulting - Network Engineer, 10-20 years' experience, Bachelor's Degree in Network Engineering or related field desired, and experience in Network Administration, information management, and digital communications - Field Service Representative, 10-20 years' experience, Bachelor's Degree in IT or related field desired, and experience in Tactical Communications integration, networking, and software systems consulting RESPONSES: Interested parties are encouraged to submit a response to this Sources Sought Announcement with a white paper, not to exceed ten pages, with the following information: 1. A capability statement discussing: i. ability to provide qualified individuals to perform the services discussed; ii. current and past contracts with the US Government and Department of Defense agencies for similar requirements; and iii. any teaming/subcontracting arrangements and the division of labor among the Respondent and team members or subcontractors. 2. Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. The Government requests that responses be submitted electronically to kimberly.b.pumyea.civ@mail.mil by 08 February 2018 at 3 PM Eastern Time. QUESTIONS: Any questions for clarification may be emailed to kimberly.b.pumyea.civ@mail.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement. Contracting Office Address: BLDG 1 1 General Green Ave. Natick, Massachusetts 01760-5011 United States Primary Point of Contact: Kim Pumyea Contract Specialist kimberly.b.pumyea.civ@mail.mil Phone: 508-233-6157
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e8dbfc1a81e1ba04d529d824ff12fa36)
 
Place of Performance
Address: BLDG 1, 1 General Green Ave., NATICK, Massachusetts, 01760, United States
Zip Code: 01760
 
Record
SN04798595-W 20180126/180124231508-e8dbfc1a81e1ba04d529d824ff12fa36 (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.