Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2020 SAM #6848
SOURCES SOUGHT

12 -- The Submarine Combat and Weapons Control Systems

Notice Date
8/27/2020 12:06:07 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-20-NR-34059
 
Response Due
9/17/2020 12:00:00 AM
 
Archive Date
10/02/2020
 
Point of Contact
Tchwan Slye, Phone: 2027813972, Kurt Dronenburg, Phone: 2027811346
 
E-Mail Address
tchwan.slye@navy.mil, kurt.j.dronenburg@navy.mil
(tchwan.slye@navy.mil, kurt.j.dronenburg@navy.mil)
 
Description
SMALL BUSINESS EVENT: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. Program Executive Officer, Submarines, PMS425, the Submarine Combat and Weapons Control Systems Program Office is conducting market research to identify potential small business sources that possess the capability to perform the development, design, test and integration of the Common Infrastructure Services (CIS) subsystem and two of its integrated products, the Inter-Subsystem Monitoring Tool (ISMT) and the On-Board Team Trainer-Master Controller (OBTT-MC). �The CIS subsystem is an independent subsystem within the Submarine Warfare Federated Tactical System (SWFTS) and this contract is intended to support efforts for the Technology Insertion (TI) and software development cycles starting with TI-22.� The purpose of CIS is to establish an independent subsystem to host common System of System (SoS) software applications and provide network communications within SWFTS subsystems, such as Combat Control, Sonar, Imaging and Electronic Warfare. The CIS subsystem shall include applications that perform network monitoring, reliability management, team training, mediation, time distribution, directory services, geographic imagery services, data recording and archiving, and video distribution.� The CIS subsystem is being updated to provide a common computing environment where virtualized and/or containerized software modules can be hosted. The requirement includes software development and integration of over fifteen (15) internal CIS core components that are critical for the effective and suitable mission accomplishment of twenty (20) SWFTS subsystems. OBTT-MC coordinates end-to-end training of full combat system team, subsystem teams, and individual operators or watch standers, both at-sea and in-port. ISMT provides tools to support inter-subsystem statusing and management such as status of all SWFTS interfaces, switch configuration management, network device monitoring and troubleshooting, and access to other system of system integration tools. CIS and ISMT are installed on all US and Royal Australian Navy Submarines as part of the AN/BYG-1 Combat Control System. Along with OBTT-MC, they will also be installed on the future US and Royal Australian Submarines. Future capabilities of CIS will also include the coordination and management of the SWFTS Cloud � a common computing environment for all SWFTS Subsystems, including, but not limited to the Cyber Security, Tactical, and Payload Control Systems within AN/BYG-1, the AN/BQQ-10 Submarine Sonar System, the AN/BVY-1 Imaging System, and other smaller subsystems and applications within SWFTS. This will include hardware and network management, including both an in-band tactical network and an out-of-band management network. The end-item will be a private cloud residing on hardware on US and Australian Navy submarines that are not always connected to the outside network. The Government is considering an award of a Small Business Multiple Award Contract/IDIQ for these efforts and anticipates solicitation release in October of calendar year 2021.� The tasking for the awards are intended to be broken down by subsystem (CIS, ISMT, and OBTT-MC). NOTE: This is a pre-solicitation notice intended to provide potential offerors with a summary of the subject procurement.� This notice is for information only, is subject to modification, and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts.� The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice.� If a solicitation is issued in the future, it will be announced via the beta SAM (System for Award Management) page located at https://beta.sam.gov/search?index=opp and interested parties must comply with that announcement.� Questions from potential offerors will be accepted after the solicitation is issued.� Interested offerors should monitor the identified website for updates to this procurement. Interested parties are requested to respond with a capabilities statement and company profile (not to exceed 15 pages) to include the following: Company Information: a. Company Name; Company Address; Company Website; Point of Contact; Phone Number; and E-mail address. b. Cage Code and DUNS number. c. Identification and verification of the company's business size (i.e., small, large) relative to NAICS Code 334511 Size Standard: 1250 employees and any socioeconomic program representations such as HUBZone, Woman Owned Small Business, Small Disadvantaged Business, 8A program, Service Disabled Veteran Owned Small Business.� �� d. Level of Facility Clearance - Required to have SECRET clearance e. A detailed narrative identifying how the respondent's knowledge, skills, and abilities answer the questions listed below. Each question shall be listed in order, with a written response detailing the respondent's past performance and corporate experience. The Navy will verify that each interested party is a registered DoD contractor, and will send a PKI encrypted email with the attachments. All parties interested in viewing these documents shall complete the Use and Non-Disclosure Agreement (NDA) (Attachment (1)) and the Underwater Systems Use Agreement (Attachment (2)). Completely fill out and scan to PDF the Use and NDA and the Underwater Systems Use Agreement. Incomplete agreements will not be accepted. No more than 2 people per company will be approved for access. A valid Public Key Infrastructure (PKI) certificate is required to receive access to these documents. You must be a US Citizen or Permanent Resident Alien. Please allow 1 to 2 business days for access to be granted. A Systems Engineering Plan (SEP), including an addendum describing the Agile and SecDevOps processes as well as a notional schedule will be provided as attachments (3) and (4) respectively. No person may have access to the SEP and notional schedules unless that person has been determined to have a valid need for such access in connection with the accomplishment of a lawful and authorized Government purpose since they are marked as Controlled Unclassified Information (CUI). Printed and electronically stored documents must be protected IAW DoD Manual 5200.01, Vol. 4, Controlled Unclassified Information (CUI). To request Attachments 3 and 4, interested parties shall submit a written request via a PKI signed email message with completed Attachment 1 and Attachment 2 documents to the following: POC: Tchwan Slye, NAVSEA SEA 026 Email: tchwan.slye@navy.mil COMPANY QUALIFICATIONS AND EXPERIENCE Describe your capabilities and experience with developing and integrating complex networked software systems from independent developers using Open Systems Architecture (OSA) concepts on COTS hardware and delivery to System Integrators for System and Systems of Systems Level testing and production delivery. Describe your capabilities and experience with developing training simulation and coordination. Describe your experience working directly with Government organizations and Integrators using Government and contractor facilities (including test equipment) for Subsystem and System Level Tests. Describe your experience and approach for developing a comprehensive Test and Evaluation program to include integration with SWFTS-like subsystems and execution of SWFTS-like test events. Describe your experience implementing Agile and SecDevOps methodologies on similar programs. Describe the extent that the efforts described above were performed as a prime, sub, or joint venture or similar teaming arrangements. Describe your labor force and capacity to develop CIS, ISMT, and OBTT-MC individually. CIS efforts are expected to be 40-50,000 hours per year, and ISMT and OBTT-MC are each expected to be approximately 15-20,000 hours per year. TECHNICAL APPROACH Provide your overall technical approach to support Agile/SecDevOps development as outlined in the Systems Engineering Plan. Identify the critical corporate capabilities and certifications necessary to deliver the CIS Subsystem, the ISMT Subsystem and the OBTT-MC Subsystem. Examples of capabilities and certifications include quality processes, Failure Analysis and Corrective Actions, Problem Trouble Report database, and Configuration Management process. Describe Innovative methods for reducing cost and optimizing innovation for the CIS Subsystem. Describe your experience with developing a cloud-computing environment. Describe the approach for developing an infrastructure to allow application and service developers to provide capability in a low cost method. Describe your approach for developing a comprehensive Test and Evaluation program to include integration with SWFTS subsystems and execution of SWFTS test events. Provide an assessment of the feasibility of an independent infrastructure applications and services subsystem in a federated acquisition environment. Describe your risk management approach for execution of contract deliverables as related to cost, performance and schedule. DATA RIGHTS For the technical approach outlined in Section 2 above, provide details on any potential limitations of technical data rights. � All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contact listed in this notice. � This Sources Sought is issued for informational and planning purposes only and does not constitute a solicitation or a Request for Proposal (RFP). This Sources Sought is not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this Sources Sought will become the property of the United States Government. Interested parties should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition sensitive may be protected from disclosure under the public records law only if properly labeled as such.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/82459b7c3bdd4942ad1e926c4ad5bc10/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20376, USA
Zip Code: 20376
Country: USA
 
Record
SN05776913-F 20200829/200827230213 (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.