Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2022 SAM #7690
SOURCES SOUGHT

M -- MQ-9 Tactical Situation Display

Notice Date
12/15/2022 8:40:25 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
FA8689 AFLCMC WIIK UAS WRIGHT PATTERSON AFB OH 45433-7101 USA
 
ZIP Code
45433-7101
 
Solicitation Number
FA868923RA001
 
Response Due
1/6/2023 5:00:00 PM
 
Point of Contact
Ashley Decker
 
E-Mail Address
ashley.decker.5@us.af.mil
(ashley.decker.5@us.af.mil)
 
Description
THIS IS A SOURCES SOUGHT ONLY. This announcement constitutes a Sources Sought Synopsis (SSS) for the purpose of conducting market research only. No solicitation exists. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the US Government (Government) to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests. The purpose is to identify capable sources which can provide (without Government funded modification to existing form, fit, and function (F3)) continued support, development, and sustainment of the MQ-9 Tactical Situation Display for aircrew awareness.� The Air Force Special Operations Command RPA (Remotely Piloted Aircraft) Operations Centers require a collaborative Tactical Situational (TacSit) display to replace a legacy system that no longer meets cybersecurity or operational requirements. The current RPA Operational Center TacSit must be removed from United States Air Force (USAF) Intelligence Surveillance Reconnaissance (ISR) networks by 31 Dec 2022 because it does not meet 16 Air Force Intelligence Community (AF IC) cybersecurity requirements. Accordingly, the Air Force RPA Ops Centers have an urgent need for an operationally suitable TacSit with a current 16 AF IC -granted Certificate To Field (CTF) for operational USAF ISR networks. If a company believes they can provide these efforts timely with no degradation or capability gap to the MQ-9 UAS awareness level performance, then they should respond to this SSS.� AFSOC continues to fly operational missions and requires a TacSit display to provide situational awareness to aircrew. All efforts must ensure: � Current Certification to Field from the 16 AFIC.�� TacSit must be able to run on curent RPA Ops Center IT infrastructure� TacSit must use encrypted communications between the TacSit display and all server components.� TacSit must be fully interoperable with the currently fielded AFSOC RPA Ops Center TacSit platform.�� TacSit must not use any proprietary data formats.� TacSit shall run as a dedicated Windows desktop application. The TacSit application shall be able to auto-update each workstation.� TacSit must update the display of RPA tracks and SPIs on the map at 30 frames-per-second (FPS) when the telemetry source for the RPA is Key Length Value (KLV).� TacSit platform must provide real-time collaboration between aircrew and other mission support personnel located at multiple geographically separated ops centers and across the DoD enterprise.�� TacSit must enable Operational Independence of the RPA Ops Center by processing locally all available telemetry feeds and providing charts, imagery, and mission data to multiple local users within the Ops Center.� Documented real-world system experience on secured AF ISR networks.� The USAF, through AFLCMC, is surveying the market to determine if any sources are qualified to perform all of� the aforementioned requirements. Qualified sources must have an in-depth knowledge of the MQ-9 UAS and have the existing capability to perform all of the stated requirements commencing in FY23. The interested company will be responsible for providing personnel eligible to receive the clearance necessary for access to applicable networks needed to integrate and install TacSit software.� Capabilities Package� The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet all stated requirements. The package shall also include the following information and address the questions below:� Company/Institute Name:� Address:� Point of Contact (to include phone number and email address):� CAGE Code:� UEI:�� Web Page URL:� Based on the NAICS Code (541511 Custom Computer Programming Services, Small Business Size standard $30.0M), state whether your company is:� Small Business (Yes / No). Self-Certified or Third Party Certified� Women-Owned Small Business (Yes / No). Self-Certified or Third Party Certified� Economically Disadvantaged Women-Owned Small Business (Yes / No). Self-Certified or Third Party Certified� HUBZone Certified (Yes / No). Self-Certified or Third Party Certified� Veteran Owned Small Business (Yes / No). Self-Certified or Third-Party Certified� Service Disabled Veteran Owned Small Business (Yes / No). Self-Certified or Third Party Certified� 8(a) Certified (Yes / No) Self-Certified or Third Party Certified� SBA Certification Date:� SBA Graduation Date (if applicable):� All prospective companies must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The NAICS code (541511) for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM.� The following questions shall be answered in your submittal:� Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)?� Does your firm have knowledge of the MQ-9 UAS cyber security requirements of associated ISR networks? If so, then please include past evaluations or similar contract incentives to verify this assertion.� Does your firm have past experience with the MQ-9 UAS or similar programs?� Does your firm have qualified personnel eligible to access classified networks and availability to support onsite maintenance/sustainment support for the MQ-9 TacSit? Respondents should also state whether they are interested in being a prime contractor for this requirement or a subcontractor.� This is an INDUSTRY NOTIFICATION and is for INFORMATION PURPOSES ONLY. This is NOT A�SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited.� All submissions are requested to be made electronically by 8:00 pm EST on 06 January 2023 and sent to the MQ-9 Program Office, Attn: Ashley Decker, email: ashley.decker.5@us.af.mil. Physical submittals are not accepted and will not be considered. Responsibility for the failure to meet this deadline, regardless of reason, falls on the interested company. Marketing materials are considered insufficient and direct/succinct responses to the request above are preferred. Please limit responses to 5 pages. The font shall be Times New Roman and no smaller than 10-point with at least a one-inch margin.� The Government reserves the right to contact the submitting parties as required for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the results of the assessment.� There is no restriction on who can respond to this SSS. However, if submitting company proprietary information, please be sure it is clearly marked. To aid the Government, please segregate proprietary information to the maximum extent possible. All submissions become Government property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f607717d848e48db8d30cfd8ad1138f6/view)
 
Record
SN06545264-F 20221217/221215230105 (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.