SOURCES SOUGHT
70 -- JTRS Enterprise Network Manager (JENM) Software In-Service Support (SwISS) Follow-on
- Notice Date
- 7/9/2012
- Notice Type
- Sources Sought
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- SSC-Pacific_MKTSVY_BFD76
- Response Due
- 7/31/2012
- Archive Date
- 8/15/2012
- Point of Contact
- Point of Contact - Justin Valeron, Contract Specialist, 619-553-3327
- E-Mail Address
-
Contract Specialist
(justin.valeron@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice JENM Software In-Service Support (SwISS) Follow-on Note: This sources sought notice is issued to: 1.Locate and identify qualified small business sources to determine if sources exist for a small business set aside; 2.Determine the capability of large businesses in fulfilling the JENM Software In-Service Support (SwISS) Follow-on requirements if there are not enough qualified small businesses. DESCRIPTION The Space and Naval Warfare Systems Center, Pacific (SSC PAC), in support of Joint Program Executive Office (JPEO) Joint Tactical Radio System (JTRS) Network Enterprise Domain (NED), is soliciting information from potential sources on their capabilities to provide post-production SwISS for the JPEO, JTRS Enterprise Network Manager (JENM) follow-on contract. The intent of this procurement is to provide continued test/technical support, software maintenance/upgrades, and enhancements to baseline JENM software. This is a Request for Information (RFI) only as defined in Federal Acquisition Regulation (FAR) 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Responses to this notice shall not be construed as offers and cannot be accepted by the Government to form a binding contract. The 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 interested partys expense. Not responding to this RFI will not preclude participation in any future RFP if issued. GENERAL BACKGROUND The Department of Defense established the JTRS program to provide a family of software programmable radios designed around a Software Communications Architecture (SCA). As such, the JTRS will provide reliable multi-channel voice, data, imagery, and video communications and eliminate communications problems caused by stovepipe legacy systems. The JTRS will achieve these objectives through the procurement and fielding of a digital, programmable, modular communication system based on software-defined radio technology. The JTRS program consists of a series of joint acquisition activities, managed by JPEO JTRS. The objective of JTRS is to develop, produce, integrate, and field a family of interoperable, digital, modular, software defined radios that operate as nodes in a network to ensure wireless communications and networking for mobile and fixed forces. Specifically, JTRS will have the ability to receive, transmit, and relay voice, data, and video. JTRS is being developed in a Joint environment, thus allowing maximum hardware and software commonality and reduced porting efforts across Service platforms. Through implementation of common waveforms, radios, software, and select ancillary component and network management equipment, JTRS will enable enhanced interoperability, reusability, supportability, and software portability, and will result in improved speed to capability, and more effective implementation of incremental capability improvements. JENM BACKGROUND JENM consists of highly specialized software applications which are integral to the operation of JTRS networking waveforms (Soldier Radio Waveform (SRW), Wideband Networking Waveform (WNW), and the Mobile User Objective System (MUOS)). The JENM software will provide a Service Oriented Architecture (SOA) standard or common human-machine interface network management (NM) capability for the Services. Network management functions include planning, configuration management, fault management, performance management, security management, and account management. The JENM interfaces with other network managers, mission planning systems, network planning systems, and spectrum planning systems. As part of this initiative, the JTRS NED program is evaluating the means by which they can establish and provide Software In-Service Support for the JENM software within this family of communications products. REQUESTED INFORMATION Interested firms are invited to respond to this sources sought by providing a white paper that summarizes their relevant experience, knowledge, and capabilities necessary to meet or exceed the required information below. Capability responses must include all of the following information: (a)Administrative Information: 1)Company name, mailing address, phone number, fax number, e-mail, and title of designated point of contact; 2)Business type (Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUB Zone, Veteran Owned and/or Service Disabled Veteran- Owned Business); 3)Business size including total annual revenue, by year, for the past three years and number of employees based upon North American Industry Classification System (NAICS) code 541511, Custom Computer Programming Services; 4)CAGE code and DUNS number (if available); 5)A statement that your firm has the capacity to conform to FAR Clause 52.219-14, Limitations on Subcontracting. 6)Facility security clearance of the responder (b)Desired Capabilities: 1)Describe your process to investigate, validate, and fix problem reports with JENM software, and how you would modify it to work within the JTRS NED SwISS process. 2)Describe your companys experience and/or capabilities with development, technical support, enhancement and maintenance of JENM software. 3)Describe your companys experience and/or capabilities in SOA software development. 4)Describe your companys experience in conduct of Formal Qualification Testing (FQT) of JTRS products. 5)Describe your companys experience in support of NSA Information Assurance (IA) assessment of JTRS JENM software including Unified INFOSEC Criteria (UIC) allocation and Network Manager Software Security Report (NMSSR) development. 6)Describe your companys capabilities to identify, provide and maintain a suitable test environment to validate changes made to the JENM software. Identify test tools or lab equipment that is required as GFE/GFP and the estimated need date (e.g., 60 days after contract award). Describe how your company will integrate the JTRS JENM software into a suitable test environment to allow complete testing of modified software. 7)Describe your companys experience writing test procedures, developing and updating test emulators, simulators and other test support software and hardware for testing JENM software. 8)Describe your companys knowledge of JTRS API standards, JTRS UIC and JTRS Software Standards. RESPONSES Interested parties should respond to this RFI with a white paper. Please be advised that all responses become government property. White papers, in PDF or Microsoft Word compatible format, shall be submitted via e-mail to the JTRS Contracting Office no later than 15:00 PDT, 31 JULY 2012. White papers shall not exceed 20 pages single sided (10 pages double sided), 1-inch margins, in Arial 12 font. Submissions shall be sent to justin.valeron@navy.mil. Proprietary information, if any, should be minimized and, if present, clearly marked. To aid Government planners, please segregate proprietary information. The support contractors listed below have signed no-bid letters for this prospective contract and will be reviewing responses to this RFI. It is the respondents responsibility to execute Proprietary Data Protection Agreements (PDPAs) with these support contractors, if deemed necessary, by the date of your submission. In the absence of an executed PDPA, respondents shall include a statement in their response that explicitly states that support contractor personnel are not permitted to review the response. If a PDPA is not executed, or a respondent indicates that support contractor personnel from the aforementioned firms are not permitted to review the response, the response will be reviewed by Government personnel only. The following is a list of support contractor Points of Contacts who will review the responses. You may contact these individuals for execution of PDPAs as necessary. Contracts point of contact: Brooke Yeider (Booz Allen Hamilton), 619-524-5805, jenni.yeider.ctr@navy.mil Technical points of contact: Reed Mulder (Triad), 310-733-9722, reed.mulder@triad-ent.com, or Russ McFadden (Booz Allen Hamilton), mcfadden_russ@bah.com POINTS OF CONTACT This is a JTRS NED RFI. Any questions regarding this request should be submitted by e-mail to justin.valeron@navy.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the SPAWAR E-Commerce Central website; accordingly, questions shall NOT contain proprietary or classified information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/29cb2b7a490f8688274fd494768c090c)
- Record
- SN02797360-W 20120711/120709235158-29cb2b7a490f8688274fd494768c090c (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 |