SOURCES SOUGHT
D -- Battle Command Sustainment Support System (BCS3)
- Notice Date
- 12/3/2009
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T04F0089
- Response Due
- 12/18/2009
- Archive Date
- 2/16/2010
- Point of Contact
- Tiffany Brown, 732-532-1417
- E-Mail Address
-
CECOM Contracting Center (CECOM-CC)
(tiffany.brown14@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Market Survey to identify additional potential sources for software development, integration, fielding, maintenance, training and technical and logistics support services for the Battle Command Sustainment Support System (BCS3). The effort is anticipated to be a 9 month extension to the current contract with a ceiling increase of not more than $9M. It will include provisions for Time and Materials based support. BCS3 provides a logistics decision making capability that supports U.S. Land Forces at war and in garrison. It provides a Microsoft Windows-like COP for logistics that is modular, tailorable, and scalable to meet the full spectrum of battlefield Log C2 requirements. The system supports mission planning and execution in both an unclassified and classified environment, and is a fully integrated system in the Armys Corps Battle Simulation (CBS) capability. The system is also operationally integrated into the Armys Corps and interfaces with other Army, Joint, Interagency, Inter-Departmental and Multi-national (JIIM) C2 and logistics business systems Under the proposed contract effort, the government plans to continue to implement BCS3 unique enhancements to provide at a minimum: decision support capability for commanders and logisticians at all echelons by hosting logistics web services that encapsulate the full scope of BCS3 KPP and attribute capabilities specified in the system Capabilities Production Document (CPD). The objective software shall reside on and provide the same user interface and allow the user to operate the software from the following configurations: web-enabled enterprise portal, thick client workstation (BCS3 and CPOF framework) and thin client applications downloadable to and executable from any computer. Additionally, the software shall have a common look and feel, be map-centric (with dynamic data updates) and provide a dashboard display (management tools, reports, tables, graphics, alerts and warnings). All shall be tailorable, scalable and sharable at any echelon. Further, the software shall operate in classified and unclassified security domains, be interoperable with DOD cross domain solutions, be interoperable with known and anticipated logistics, business and C2 source data and information providers and systems, and meet DOD software design, engineering and information assurance standards. Capability currently resident on fielded and developmental baselines shall migrate to the objective software capability. The Government has restricted rights in the software comprising the Joint Deployment Logistics Module (JDLM) on which the BCS3 capabilities are built. This announcement is to establish an expression of interest only and does not commit the Government to pay for proposal preparation costs. Interested parties should provide adequate technical information demonstrating that the offeror can provide the full scope of required products and services in support of an anticipated 6 January 2010 award date for the contractual effort. Questions and responses should be directed to PM Battle Command Sustainment Support System, Mr. Frank Pasqualino, at frank.pasqualino@us.army.mil. The deadline for response to this notice is 15 days from the date of publication.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/24fc9f68d798696088f945d01fed3894)
- Place of Performance
- Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN02016132-W 20091205/091203235618-24fc9f68d798696088f945d01fed3894 (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 |