SOURCES SOUGHT
J -- C4ISR Requirement: Video and Mission Processor (VAMP) Design for Coast Guard's Long Range Surveillance (LRS) Aircraft, C-130J, and Medium Range Surveillance (MRS) Aircraft, HC-144A
- Notice Date
- 8/25/2011
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-11-R-VAMP
- Archive Date
- 9/30/2011
- Point of Contact
- Candice N. Burch, Phone: 202-475-3078, Kerri B. Williams, Phone: 202-475-3298
- E-Mail Address
-
Candice.N.Burch@uscg.mil, Kerri.B.Williams@uscg.mil
(Candice.N.Burch@uscg.mil, Kerri.B.Williams@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Coast Guard (USCG) Office of Contract Operations is issuing this Request for Information (RFI) as part of a market research and for information gathering purposes for CG-9335, Command, Control, Communication, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR). The USCG is seeking information to procure a common Video and Mission Processor (VAMP) design for the Coast Guard's Long Range Surveillance (LRS) aircraft, C-130J, and Medium Range Surveillance (MRS) aircraft, HC-144A. This common VAMP is required to missionize all new LRS aircraft and all new MRS Mission System Pallets (MSPs). The currently fielded VAMPS are specific to each aircraft and cannot be reproduced due to diminishing manufacturing sources (DMS). The MRS Mission System Pallet is an assembly of ruggedized non-developmental computer equipment, flat panel displays, communications equipment, avionics equipment, and sensor equipment installed in a 19" enclosure, two workstation consoles and a center console. All of the equipment is secured to a military cargo pallet, providing rapid roll-on / roll-off capability of the HC-144A. The LRS Mission System Suite (MSS) is an assembly of qualified, ruggedized, and commercially available, non-developmental computer equipment, flat panel displays, communications equipment, avionics equipment, and sensor equipment installed and integrated into the baseline C-130J aircraft. The MSS Line Replaceable Units installed in or on the aircraft are not pallet mounted as in the MRS - HC-144A System. The MSS LRUs are permanently mounted within, or on the external areas of the aircraft. The Common Video and Mission Processor (VAMP) includes integrated Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) components that support the execution of the MRS and LRS Mission requirements. The Common VAMP architecture is based on Coast Guard Command and Control (CGC2) and Global Command and Control System - Joint (GCCS-J) software. The Contractor shall use processes and procedures which are compliant with the Software Engineering Institute (SEI) CMMI-Dev version 1.3, Level 3, ISO 9001-2000, and AS 9100. COTS and GOTS shall be used to the maximum extent possible. The design shall be certifiable and accreditable in accordance with information assurance & security standards, DIACAP and NISPOM. Information sought includes approach to design, use of COTs and GOTS hardware, integration and testing. The government anticipates a base and an option period to integrate the Common VAMP into one MRS and one LRS aircraft. The base period includes the following tasks: a) The Contractor shall develop the Common VAMP architecture for the MRS and LRS that is backward compatible with existing interfaces. b) The Contractor shall develop a production ready hardware solution to replace the existing VAMP with minimum changes to existing interfaces. c) The Contractor shall utilize the GCCS-based MRS and LRS 5.x software as the basis for the design. d) The Contractor shall minimize software modifications to the MRS and LRS 5.x software due to incorporation of hardware changes and sensor control failover capability. e) The Contractor shall integrate the latest GFI delivered GCCS ICSF module releases. f) The Common VAMP shall incorporate solid state hard drives. g) The system shall meet the requirements of the performance specifications. h) The system shall maintain the provided technical performance measures, as the software baseline 5.x delivered performance. i) A failover capability shall provide RADAR control, Electro-Optical/Infra-Red control, Automatic Identification System, and video recording in continuous mode, while retaining full operational capability and performance observed during software baseline 5.x Stress and Endurance testing. j) The Common VAMP shall meet all airworthiness testing requirements. k) The Common VAMP shall utilize existing aircraft wiring and connectors to the maximum extent possible. l) The Common VAMP shall be designed as a single Line Removable Unit (LRU). m) The Common VAMP shall meet the requirements for E3 as outlined in MILSTD-464. n) All software and hardware design documents and aircraft integration documents shall be updated and reflective of the new design. The option period includes the following tasks: a) Common VAMP integration on the LRS and MRS at the Contractors facility. b) Integrate a Common VAMP into the LRS and MRS. c) Complete a successful System Operational Verification Test prior to flight testing. d) Provide engineering support through completion of flight testing. e) Provide engineering support by two personnel for 30 days following flight test completion. f) Provide revised technical data package reflecting as-built/as-installed configuration. g) Provide Familiarization Training to two (2) aircrews. Interested parties may provide a 1-3 page response statement. This statement should also include points of contact, Dun and Bradstreet (DUNS) Number, small business classification, lists of any pertinent General Services Administration (GSA) Schedule and/or Department of Homeland Security (DHS) contract vehicles, and the applicable North American Industry Classification System (NAICS) and Product Service Codes. THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or Request for Quote (RFQ) nor a promise to issue an RFP or RFQ in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, the United States Coast Guard (USCG) is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the United States (U.S) Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. Responses to the RFI will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP or RFQ, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-R-VAMP/listing.html)
- Record
- SN02549750-W 20110827/110826000132-f04312d138df8ee6712c5244411b8496 (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 |