Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2020 SAM #6834
SOURCES SOUGHT

58 -- Engineering Supprt for the International Partner Variant (IPV) Secure Mobile Anti-Jam Reliable Tactical-Terminal (SMART-T)

Notice Date
8/13/2020 8:40:49 AM
 
Notice Type
Sources Sought
 
NAICS
3342 —
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-21-SMART-T
 
Response Due
9/12/2020 4:00:00 PM
 
Archive Date
09/13/2020
 
Point of Contact
Kristin L. dacey
 
E-Mail Address
kristin.l.dacey2.civ@mail.mil
(kristin.l.dacey2.civ@mail.mil)
 
Description
The Government is surveying for sources other than the Original Equipment Manufacturer who can as a Contractor perform Special Investigations Technical Studies, and Operational Testing, to obtain relevant data to support IPV SMART-T terminal operation, reliability, or network operational capability.� The studies and testing may include interface of baseband equipment to the IPV SMART-T terminal to achieve an end-to-end country, or coalition, or network connectivity. �The Contractor shall perform incorporation of approved USG Engineering Change Proposals (ECPs) as required to update the IPV terminal baseline. As directed by the Government, via a task order, the Contractor shall provide general system engineering. Typical tasking includes but is not limited to reviewing AEHF system level and interface level specifications and providing feedback/recommendations to customer.� Attend various IPV working groups, tiger teams, etc. and provide information for briefings and brief technical topics when requested.� Support various working group telecons and meetings.� Support Terminal Planning Constraint Document (TPCD), Mission Planning Element, Payload to Terminal ICD, AEHF System Specification (SR-3000) and Interoperability (SR-3300) updates and issues.� Provide answers to customer questions via emails and US Government telecons.� Review and provide comments on CRN packages.� Evaluate system issues and assess the impact to the terminal. The Contractor shall maintain Configuration Management of the AN/TSC-195 and the AN/TSC-196 , all repaired LRUs, and miscellaneous components to ensure repaired articles are fully interchangeable (form, fit and function) with articles catalogued under the same NSN (as applicable) reference number, part number, plus same modification status for the IPV SMART-T.� The IPV AEHF System Specification A3316003 REV C shall be updated, as required, to maintain configuration management of the system. The Contractor shall also maintain Configuration Management for the IPV SMART-T AEHF software. The AN/TSC-195 and the AN/TSC-196 Technical Manuals (TM) shall be maintained by the Contractor.� The Contractor shall update the TM to correct errors found in the TM and revise the manuals in conjunction with upgrade hardware/software releases and provisioning activity on an annual basis, if required.� Any problem that affects personnel or system safety shall be corrected as an urgent action change to the manuals and a technical bulletin shall be immediately released to the field.� Changes to equipment and software that occur which do not impact operation and maintenance (O&M) procedures will not generate an immediate revision to the manuals.� Updates to the manuals shall be processed through and approved by the Government.� Updates shall include a complete revised TM with change bars delivered on compact disk (CD), IAW DI-TMSS-81675.� IPV SMART-T software updates shall be managed by the Government and maintained by the Contractor as a separate SMART-T software baseline, based on the latest Government approved IPV AEHF System specifications. The Software Requirements Specification (SRS) baseline for the IPV SMART-T AEHF systems is as referenced above.� Software Services include corrections and verification of inherent defects (including Information Assurance (IA) related defects) relative to the international partners, design, coding, debugging, integration, testing and documentation of the software modifications and/or updates/upgrades to address Government needs. The Contractor shall coordinate with the Government and NSA regarding reviewing proposed software changes that affect the IA boundary files and the security posture of the IPV terminal. The Contractor shall report IA impacts to the software baseline resulting from the implementation of trouble reports or requested enhancements to the Government, as soon as the impact is identified, but no less than every calendar quarter. A new software version release shall be in accordance with contract CDRL requirements. IPV AEHF SMART-T Software releases shall be coordinated with the US SMART-T software releases in order to maintain AEHF system level interoperability, providing the system capability is the same. The Contractor shall execute software integration level testing prior to delivery of any software product (including Government approved Software enhancements/trouble reports). All category 1 and 2 Software Trouble Reports (STRs), considered to be Urgent and/or High priority issues as defined by the Government, shall be closed prior to delivery of the product. Should software modifications be determined to impact system technical performance measures requiring a Class 1 ECP, the Contractor shall accomplish testing required for verification of that previous system performance capabilities have not been otherwise degraded or changed, outside of any approved changes. The verification and validation shall include regression tests against the Lincoln Labs Simulator (LLSIM) to prove that the integrity of the system has not been degraded, or, complies with approved upgrades and that all documentation has been updated to accurately describe the changes.� LLSIM assets shall be provided as GFE/GFI.� Additionally a production version TRANSEC (XTM) CCA and a production version LDR Modem CCA for the IPV sustainment effort shall be provided as GFE, to be used to test out any signature receipt for software builds.� After successful completion of regression tests, all deliverable software and documentation shall be updated under formal configuration control update and approval procedures.� The Contractor shall provide all testing results in accordance with contract requirements. Answering this Market Survey Industry, manufacturer, and vendor response to this survey should be brochures, data sheets, and/or description of qualifying item(s) and solutions. There should be enough information to show that the hardware, training, and integration capabilities are in possession of, or available to, the vendor to successfully meet requirements. In addition to the above information, please include the following information in your response: -Name of Organization, Company Cage Code, DUNS, Address, Point(s) of Contact with telephone number and email address - Size of Business (Small or Large) and any Small Business Status (8(a), HUB Zone, veteran-owned, women-owned, etc.) - NAICS code(s) your company usually performs under Government contracts for this type of requirement All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The responses to this market survey will be used for informational purposes. This is not a screening information request or request for proposal of any kind. The US Government is not seeking or accepting unsolicited proposals. The Government will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. At this time, the nature of any possible future competition has not been determined. The responses to this sources-sought request will help provide information as to whether or not the requested technology is available from more than one source. The Government may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The purpose of this market survey is to solicit statements of interest and capabilities from industry, including small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms. Responses�to this Sources Sought shall be electronically submitted to the Contract Specialist, Kristin Dacey, via email to Kristin.L.Dacey2.civ@mail.mil no later than 7:00 p.m. EDT on 12 September 2020 and reference this announcement number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. No phone or email solicitations with regards to the status of a subsequent RFP will be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e932151d8bad44d5bb696df8941c3c63/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05757613-F 20200815/200813230205 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.