SOURCES SOUGHT
D -- Joint Operational Planning and Execution System (JOPES)
- Notice Date
- 4/10/2010
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. 4502, Arlington, Virginia, 22204-4502, United States
- ZIP Code
- 22204-4502
- Solicitation Number
- JOPESRFI
- Point of Contact
- Vaneta Wills, Phone: (301) 677-5273, Dominique M. Arthur-Hopkins, Phone: (30)1677-5233
- E-Mail Address
-
vaneta.wills@disa.mil, dominique.arthur@disa.mil
(vaneta.wills@disa.mil, dominique.arthur@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Description: The Defense Information systems Agency (DISA), Global Command and Control System - Joint (GCCS-J) Program Management Office (PMO), in coordination with DISA's Defense Information Technology Contracting Organization (DITC)), is requesting information to determine sources with CORE competencies and demonstrated experience in developing and sustaining Command and Control (C2) software for the GCCS-J Program Management Office (PMO). GCCS-J is the Department of Defense (DoD) Joint Command and Control (C2) system of record (SOR) for achieving full spectrum dominance. GCSS-J is the principal foundation for dominant battlespace awareness, providing an integrated, near real-time picture of the battlespace necessary to conduct joint and multinational operations. If enhances information superiority and supports the operational concepts of full-dimensional protection and precision engagement. GCCS-J provides a robust and seamless C2 capability to the Commander of Chief (CINC), Secretary of Defense (SECDEF), National Military Command Center (NMCC), Combatant Commanders (CDRs), Joint Force Commanders, and Service Component Commanders. Employing the Defense Information Systems Network (DISN), GCCS-J offers vital connectivity to the systems the joint warfighter uses to plan, execute, and manage military operations. GCCS-J is a fielded and mature system in use by operational forces today and continues to evolve to satisfy all validated and prioritized requirements and address changes in joint warfighting doctrine and business processes, and to keep pace with technology and emergent requirements. GCCS-J is a major Information Technology investment and is designed an Acquisition Category (ACAT) IAM Major Automated Information System (MAIS) program. Through approval of the GCCS-J Acquisition Program Baseline (APB) and subsequent progress reporting, the GCCS-J Milestone Decision Authority (MDA) and Component Acquisition Executive (CAE) monitor the investment's cost, schedule, and performance. GCCS-J is being implemented in an evolutionary manner through distinct blocks using spiral development. Each block is self-contained, targets a specific set of Joint Staff (JS) validated, prioritized user requirements, and delivers multiple releases of GCCS-J functional capabilities, in accordance with an Assistant Secretary of Defense, Networks and Information Integration (ASD (NII))-approved APB. GCCS-J employs a predominantly open system client/server architecture, which is evolving to a web-based architecture that allows a diverse group of commercial-off-the-shelf (COTS) and government-off-the-shelf (GOTS) software packages to operate at any GCCS-J location. GCCS-J integrates C2 capabilities into a comprehensive, interoperable system by exchanging imagery, intelligence, status of forces, and planning information. A key portion of the GCCS-J functional capabilities are the force planning products commonly referred to as the Joint Operational Planning and Execution System (JOPES). It is the functionality encompassed in these products, which provides the Joint Staff and Unified commands their primary conventional war planning tools and capabilities. GCCS-J has been designed from the user's perspective, characterized by short design and development cycles, incremental fielding of functionality, operational prototyping, developer liaisons and rapid response to user problem reports. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSE TO THE RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for the JOPES, Force Planning Applications, within GCCS-J. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government for form a binding contract. This RFI is a request for interested parties to describe their technical capabilities and demonstrated experience with software development, sustainment, and fielding of the JOPES, force planning software applications that are a core component of GCCS-J. All interested contractors are requested to provide written response to the questions below. All small businesses to include Small Disadvantaged, HUBZone, and Women-Owned and service Disabled are strongly encouraged to provide timely response to this Request for Information (RFI). A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages. 1. Requirements: a) Describe your experience in developing, sustaining, and fielding JOPES, Force Planning Applications, for an ACAT IAM program. Include a list of software applications developed and SLOC or function points for each application. b) Describe your experience in developing and integrating JOPES, Force Planning Software Applications in a Solaris 10, Oracle 11G, and J2EE environment. c) GCCS-J has critical external interfaces with the GCCS Family or Systems (FOS). Describe your experience working with and developing C2 applications that interface with existing GCCS FOS (Army, Navy, Air Force (specifically DCAPES), Marine Corps) and Collaborative Force Analysis, Sustainment & Transportation System (CFAST) systems. d)GCCS-J exchanges information using an WML interface. Describe your experience developing XML software that exchanges information and that has successfully received a Joint Interoperability Testing Center (JTIC) interoperability certification. e) GCCS-J exchanges information using legacy B8 and H3 formats. Describe your experience developing software that exchanges information using these formats and that has successfully received a JTIC interoperability certification. f) GCCS-J must comply with the Department of Defense (DoD) Security Technical Implementation Guides (STIGs), the configuration standards for DoD IA and IA-enabled devices/systems. Describe your experience using the DoD Information Assurance Security Checklists, the DISA field Security Operations (FSO) Gold Disk to verify compliance to a baseline level of security and test software for STIG compliance. g) Describe your experience in fielding a C2 system worldwide. Include a list of Combatant Commands (COCOMs), Services, and agencies where the capability was fielded to include the size of the deployment and the number of users. h) Provide no less than three past performance references that demonstrate C2 software development, sustainment, and fielding expertise. Responses must include Agency Address, Agency POC, Phone Number, Email Address, Contract Number, Period of Performance, Negotiated price or cost of award, full-time equivalents (FTEs), and description of product or service delivered. Respondents shall classify their company using one or more (if applicable) of the following NAICS Codes: 541512 - Computer Systems Design Services - Size $25.0 541712 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) - 500 or fewer employees Due Date: All RFI responses are due no later than 2:00pm EST, 19 April 2010. Point of Contact Vaneta Wills, Contract Specialist, Phone (301) 677-5273, Email vaneta.wills@disa.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/JOPESRFI/listing.html)
- Record
- SN02118610-W 20100412/100410233031-288b490945a91a117ee5efe3f2ef7afe (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 |