SOURCES SOUGHT
10 -- Weapons Planning Software (WPS)
- Notice Date
- 2/19/2009
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
- ZIP Code
- 32542-6864
- Solicitation Number
- FA8677-10-D-0006
- Point of Contact
- Jason Barnes,, Phone: (850)882-0058, Grisselle Nusimow,, Phone: (850)883-0520
- E-Mail Address
-
Jason.Barnes@eglin.af.mil, grisselle.nusimow@eglin.af.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY. The Government does not intend to award a contract or any other type of agreement on the basis of this synopsis or to otherwise pay for the information solicited under this synopsis. This is NOT a request for proposal or an invitation for bid. The intent of this request for information is to conduct a market investigation to collect supporting data and documentation on which to base an appropriate acquisition strategy. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. The 685th Armament Support Squadron intends to openly compete the Weapons Planning Software (WPS) contract. This contract will develop components for Joint Mission Planning System (JMPS) applications supporting precision guided munitions (PGM) mission planning requirements. The scope of this contract is expected to include continued development and sustainment of the following JMPS software components: a. PGMPS: This JMPS Common Component (CC) provides mission planning support for Joint Direct Attack Munition (JDAM), Joint Stand Off Weapon (JSOW), Wind Corrected Munition (WCMD), Small Diameter Bomb I/II (SDB I/SDB II), AGM-130, and the United Kingdom Paveway 4 (PW4) munitions. Other weapons may be added as directed and funded by authorized organizations. For example, under the WPS contract, the Miniature Air Launched Decoy (MALD) may be integrated into PGMPS. b. JMPS Target Manager (JTM): JTM is a JMPS CC that manages target data to assist mission planners execute air strikes against the targets. This component integrates directly with PGMPS and provides interfaces such that other JMPS components may interface with JTM if desired. JTM evolved from the PGM Target Data Base (PGMTDB). Besides JTM, PGMTDB will be sustained in the UNIX environment on the USAF's Unix-Mission Planning System (MPS). PGMTDB will not be upgraded to the capabilities of JTM except for mandatory interface changes required to receive target data. c. Universal Armament Interface Common Component (UAI CC): UAI CC integrates with PGMPS and aircraft Unique Planning Components (UPC) to facilitate passing of weapon target data sets to the weapon using the Mission Data Exchange Format (MiDEF) specified in MIL-STD-3014. d. Key Handler Common Component (KHCC): The KHCC is now under initial development and will facilitate the passage of key data to allow mission planning of Network Enabled Weapons (NEW). e. Weapon Data Link Initialization Common Component (WDLI CC): This CC provides the planner with network initialization data needed to allow NEW to operate in combat networks and is also under initial development. All of the above mission planning components integrate with one or more of the other components. Additionally, all WPS contract components will integrate with fighter and bomber aircraft Mission Planning Environments (MPE) to provide a complete mission planning package for the various aircraft operational communities. WPS contract products will be used by F-15E, F-16, A-10, F-22, F-35, and B-1 operational units worldwide, including foreign nations flying those aircraft. During the expected WPS period of performance, WPS products are expected to be extended to B-2, B-52, and F-18 units as a minimum. Extensive integration efforts are required to support these aircraft MPEs. Respondents to this RFI should provide documentation for Capability Maturity Model Integration (CMMI) Level III. Respondents should document their experience in military mission planning software development in general and in JMPS software development in particular. This contract will develop new JMPS components and sustain existing JMPS products. The developer must be fully competent in JMPS development and provide a seamless transition at contract award with minimal schedule impact. Respondents to this RFI should document their mission planning software development experience and capabilities dealing with the following mission planning areas of special interest to the Government: precision guided munitions, data link, data base tools, universal armament interface, crypto keys and key management. The Government is anticipating a 10-year long term pricing agreement. If the RFI respondent does not accept these terms, please stipulate the length desired for contractual execution. Also provide your CAGE and DUNS codes. The following sub-paragraphs are not to be addressed in your replies to this RFI. The Government intends to include evaluation factors similar in nature in the source selection. You should consider this information as you determine your ability and/or interest in submitting a proposal should the Government issue a Request for Proposal. a. One of the first tasks assigned under the WPS contract is expected to be the integration of Miniature Air Launched Decoy (MALD) mission planning requirements into PGMPS. The contractor's technical description of how to accomplish this task will be a critical Mission Capability evaluation factor. There is an existing MALD planning JMPS component but it is not integrated into PGMPS. A task for source selection evaluation will be to describe how you will meet all MALD mission planning requirements while fully integrating the MALD mission planning functionality into the PGMPS architecture and user interface design. b. WPS contract products provide supporting mission planning capabilities for aircraft MPEs. It is imperative that WPS contract product development schedules be met. Otherwise, aircraft MPE schedules are adversely affected causing substantial financial impacts on those programs. Impacting dependent program schedules during the transition from the current contractor is the highest near term risk for the WPS contract. Bidders will be expected to address how they can transition from the current contractor and mitigate this program risk. Clearly mark any proprietary information included in your submission. Limit your RFI responses to five pages, each page shall be single spaced with a font no smaller than 12 pitch (10 point). For questions, please contact: 685 ARSS, Attn. Jason Barnes, 207 West D Avenue, Suite 626, Eglin AFB, FL 32542; jason.barnes@eglin.af.mil; 850-882-0058. Responses to this Request for Information should be sent to Grisselle Nusimow, Contracting Officer, at Grisselle.Nusimow@eglin.af.mil. Please respond no later than 6 March 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dec25665f8db3deffa65b749e8b3cd9d&tab=core&_cview=1)
- Place of Performance
- Address: 207 West D Avenue, Suite 626, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN01753629-W 20090221/090219221205-dec25665f8db3deffa65b749e8b3cd9d (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 |