SOURCES SOUGHT
99 -- Tactical Air Control Party-Close Air Support System (TACP-CASS)
- Notice Date
- 3/12/2012
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- RFI-120312
- Archive Date
- 4/14/2012
- Point of Contact
- Edna C. Alonis, Phone: 781-225-4070, Krystal M. McPhillips, Phone: 781-225-4099
- E-Mail Address
-
edna.alonis@hanscom.af.mil, Krystal.McPhillips@hanscom.af.mil
(edna.alonis@hanscom.af.mil, Krystal.McPhillips@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice Date 12 March 2012 Notice Type Request for Information NAICS NAICS code is 541511 Contracting Office Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 5 Eglin Street, Hanscom AFB, Massachusetts, 01731 ZIP Code 01731 Solicitation Number TBD Archive Date TBD Point of Contact Kyla McKinstry, Phone: (781) 225-4103 E-Mail Address kyla.mckinstry@hanscom.af.mil Small Business Set-Aside TBD TACTICAL AIR CONTROL PARTY (TACP) CLOSE AIR SUPPORT SYSTEM (CASS) SOFTWARE VERSION 1.4.5 DEVELOPMENT AND INTERIM CONTRACTOR SUPPORT 1. Introduction The U.S. Air Force's Electronics Systems Center (ESC) is requesting information from responsible sources with experience in complex software engineering and tactical battlefield communications to develop and support TACP CASS Software Version 1.4.5. The development effort will include all system and software engineering and testing to field this next generation of CASS software on multiple platforms (e.g., mounted, dismounted) within the TACP environment. Interim Contractor Support (ICS) will be required once the new software version (Version 1.4.5) is fielded. The current fielded CASS Software is Version 1.4.2. CASS Software Version 1.4.4 is under development by Rockwell Collins, Poway, CA, and will be fielded starting in October 2012, with ICS for Version 1.4.4 expected to be provided by Rockwell Collins through September 2015. NOTE: This RFI is for planning purposes only and does not constitute an Invitation for Bid (IFB) or a Request for Proposal (RFP). Its issuance does not restrict the Government as to the ultimate acquisition approach. ESC will not release to any firm, agency, or individual outside the Government, any information properly marked with a proprietary legend without the written permission from the respondent. The Government will not pay for any information received in response to this RFI, nor will the Government compensate a respondent for any information. 2. Objectives The Government is seeking new software capability with or without incorporation of the existing source code to fulfill the following objectives related to the next generation of CASS software (Version 1.4.5): a. Support generation of Air Support Requests (ASRs) including transmitting ASRs to higher-echelon TACPs via the USAF Satcom Joint Air Request Network (JARN). b. Provide support for both pre-planned and immediate Close Air Support (CAS). c. Provide communication software (MIL-STD protocols) required for Joint Terminal Attack Controller (JTAC) 9-Line communication/coordination with strike aircraft. d. Translate between Variable Message Format VMF) (K-series messages) and Link-16 (J-series messages) for communication with strike aircraft. e. Ensure the software is configurable for execution on different hardware platforms located at (1) Army echelons, (2) on mobile vehicles, and (3) dismounted. f. Support different Commercial off the Shelf (COTS) operating systems as required based on configuration. g. Provide a streamlined, tailored, context-specific HMI, and integrate the display software with a Government off the Shelf (GOTS) graphical moving map. h. Provide an innovative CASS software solution for a hand held or wearable computer for the dismounted JTAC performing the CAS mission. i. Support external interfaces to various Combat Net Radios and other tactical equipment (e.g., Laser Range Finders, GPS), with backward compatibility to existing radio firmware. j. Incorporate Digital Aided CAS (DACAS) standardized data transfer requirements for the eXchange Network Parameters (XNP) data transfer protocol between the dismounted JTAC and CAS strike aircraft. k. Provide software that integrates with Small Diameter Bomb II (SDB-II) utilizing Network Enabled Weapons (NEW) technology. l. Interface with adjacent U.S. Army & USAF systems as well as publish/subscribe services to obtain situational awareness data for display to the user. m. Deliver TACP CASS Software Version 1.4.5 to meet an Initial Operational Capability (IOC) in January 2015 or earlier. Note: Complete interoperability with SDB-II weapon is not required for IOC. n. Provide post-delivery ICS of TACP CASS Software Version 1.4.5. The specific technical requirements for CASS Software Version 1.4.5 (to include the previous versions) are described in a draft System Requirements Document (SRD) that is available for industry review. 3. Information Requested The Government desires industry input on how best to meet the draft SRD requirements and advance the above objectives. Specific information requested includes: a. Risks to and mitigation strategies/plans for meeting the planned IOC date, along with any IOC date and IOC version content recommendations. b. Viable approaches for delivering the software capabilities (including ICS updates) to the user faster (goal is releases every six months). c. A top-level timeline (months from contract award) for delivering the software that meets the above objectives. d. Technology maturity risks and mitigation strategies/plans. e. Viable software engineering and management approaches for transitioning to a non-incumbent developer. f. Risks to and mitigation strategies/plans for transitioning software support before Version 1.4.4 ICS ends. g. Comments to the SRD that may help clarify the requirements. 4. Documentation Library Interested and qualified entities are eligible to receive the draft SRD upon request, to assist in responding to this RFI. The draft Version 1.4.4 Interface Control Document (ICD) will also be provided as "for information only" to support review of the SRD. Since the documentation is for Command and Control (C2) software, requests will be limited to U.S.-owned entities. International Trafficking in Arms Regulations (ITAR) and Scientific and Technical Information (STINFO) Distribution D handling and marking protocols will be required. To request this documentation, complete the attached request and disclaimer form, scan it, and send via email to valerie.wood.ctr@hanscom.af.mil. The documentation will be emailed (password protected) to the requestor upon approval. 5. Response Submission The Government requests that interested responsible potential sources submit an electronic response in MS Word or Adobe PDF format of not more than fifteen (15) one-sided pages, 8.5" x 11" paper, 12 point, Times New Roman font, with one (1) inch margins all around. Comments to the draft SRD do not have a page limit and should be submitted in MS Excel format using the template provided with the SRD. All responses shall be UNCLASSIFIED. Submit your response, including business size classification, via e-mail to kyla.mckinstry@hanscom.af.mil and include your company/firm name, address, CAGE code, point of contact, phone, and email address. Responses must be received no later than 4:00 PM (Eastern Time) on 30 March 2012. Any questions regarding the information included in the RFI shall be submitted in writing to the Contracting Officer, Ms. Edna C. Alonis, (781) 225-4070, edna.alonis@hanscom.af.mil, and the Contract Specialist, Ms. Kyla McKinstry, (781) 225-4103, kyla.mckinstry@hanscom.af.mil. Questions and answers shall be posted on the FedBizOpps.gov website. 6. Disclaimer THIS RFI IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE AIR FORCE TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. In accordance with FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The Government shall not pay for the information solicited or recognize any costs associated with the submission of responses to the RFI. The purpose of the RFI is to provide an opportunity for industry to enhance the success of any future procurement for these products. Any information obtained as a result of this RFI is intended to be used by the Government on a non-attribution basis for program planning and acquisition strategy development. BY submitting information in response to this RFI, submitters consent to the release and dissemination of submitted information to any Government or non-Government entity to which the Electronic Systems Center releases and disseminates the information for review. As such, to the extent that any information submitted in response to this RFI is marked as, or construed to be proprietary or business-sensitive, submitters are hereby notified (a) about the potentiality that such information submitted may be disclosed to third parties, and (b) that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information. This RFI is being used to obtain information for planning purposes only and the Government does not presently intend to award a contract at this time. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Upcoming developments on this acquisition and related information will be available on http://fedbizopps.gov.   ATTACHMENT TACP-M CASS DOCUMENTATION REQUEST AND DISCLAIMER FORM Any information obtained from the ESC TACP-M Program Office will be used for the sole purpose of assisting _____________________________________________, hereafter referred to as the "contractor," in responding to the Government's requirements for the TACP-M CASS program. The contractor is responsible for ensuring that the information received will not be used for any purposes other than stated above and that the information will be destroyed by the contractor when work is completed. The contractor guarantees that the provided information, and/or any modified version thereof, will not be published in any manner or offered for sale. The information shall not be sold or transferred to any other firm without prior written approval of the ESC/HNAC TACP-M Program Office. The contractor understands that documentation contains DoD Scientific and Technical Information (STINFO) IAW AFI 61-204 and distribution is authorized to the U.S. Government, Department of Defense, and U.S. Government/DoD contractors only, as marked on each document. The contractor understands that the information is intended for U.S. domestic use only. The contractor will not make the information available to foreign governments nor use the information in any contract(s) with a foreign government. As a representative of the company/firm listed below, I agree to the above stated rules. Name of Individual: Title/Position: Authorized Signature & Date: Company/Firm Name: CAGE Code: Phone: Address: Approved ITAR Representative: Email Address to send documentation:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/RFI-120312/listing.html)
- Record
- SN02694344-W 20120314/120312234722-8a94156f26fa5594f9e8824380d292bd (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 |