Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2013 FBO #4162
SOLICITATION NOTICE

58 -- TACMOBILE

Notice Date
4/15/2013
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
N00039-14-R-0003
 
Response Due
6/5/2013
 
Archive Date
7/5/2013
 
Point of Contact
Point of Contact - Heidi L Radaford, Contract Specialist, 619-524-7386; Heidi L Radaford, Contracting Officer, 619-524-7386
 
E-Mail Address
Contract Specialist
(heidi.radaford@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
1.1 The Space and Naval Warfare Systems Command (SPAWAR) in support of the Program Executive Office Command, Control, Communications, and Intelligence (C4I), Communications Program Office (PMW 750), is seeking information on industry capabilities for providing Tactical Mobile (TacMobile) systems related services as described herein. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future and is not a notice of solicitation issuance. This request for information does not commit the Government to contract for any supply or service whatsoever. The information provided in this RFI is subject to change and is not binding on the Government. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website at http://www.fedbizopps.gov/ and the SPAWAR E- Commerce Central website at https://e-commerce.spawar.navy.mil. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. All submissions become Government property and will not be returned. 2.0 BACKGROUND PEO C4I and PMW 750 are responsible for the acquisition, integration, delivery, and support of interoperable communications systems enabling seamless operations for the fleet, joint and coalition warfighters. TacMobile provides the ground support elements for pre-flight mission planning, in-flight data processing, and post-flight data processing and analysis for the P-3C, P-8A and BAMS UAS aircraft in performance of anti-submarine warfare and intelligence surveillance and reconnaissance missions. The following systems are currently fielded and supported by TacMobile: A. Tactical Operations Centers (TOCs), formerly known as Tactical Support Centers (TSCs), which include the Tactical Support Communications (TSCOMM) capability. B. Mobile Tactical Operations Centers (MTOCs), formerly known as Mobile Operations Control Centers (MOCCs), which is a mobile version of the TOC for expeditionary operations at Maritime Patrol and Reconnaissance Forces (MPRF) Forward Operating Locations. C. Joint Mobile Ashore Support Terminals (JMASTs), which provides a transportable Command, Control, Communications, Computers, and Intelligence (C4I) capability to various operational commanders. 3.0 NOTIONAL SCOPE OF EFFORT TacMobile systems are highly technical in nature and require support personnel with substantial C4I experience in order to meet all performance requirements. Interested parties are requested to respond to this RFI with comments on the attached draft Statement of Work (SOW) and associated Technical Data Package (TDP) documents and provide responses to the questions below via a White Paper: 3.1 The Government anticipates an increased security requirement for personnel and laboratory space which is authorized for Sensitive Compartmented Information (SCI) and Special Access Programs (SAP). Requirements for this elevated security classification are expected to begin as early as 01 October 2015. The total estimated value of SCI/SAP tasking is approximately $10 Million. Describe your company's current capabilities to meet these SCI/SAP requirements. If your company does not currently possess SCI/SAP authorized personnel or laboratory space, provide a rough order of magnitude and timeline for the development of this capability. 3.2 The majority of anticipated work will leverage, to the maximum extent possible, all existing equipment, networks, test beds and laboratories currently in place at: SPAWARSYSCEN Atlantic, Charleston, South Carolina Naval Air Systems Command (NAVAIR), Patuxent River, Maryland. Naval Air Station (NAS), Jacksonville, Florida. Contractor-owned test facilities located in Kent, Washington. Respondents should provide a summary of their own facilities located within 50 miles of these existing TacMobile locations. Describe the nature of these facilities and any potential capacity that could be utilized in support of TacMobile. 3.3 The Government currently maintains the production capability for the current Increment of the TacMobile system baseline systems at SPAWARSYSCEN Atlantic. Describe how your company can reduce overall TacMobile Program costs by assuming an increased role in the production of current baseline systems. Provide a rough order of magnitude and timeline for the implementation of this strategy. Identify significant risks associated with such a plan and how those risks would be mitigated. (SOW 4.8 & 4.10) 3.4 The Government currently utilizes engineering support contractors to assist Government personnel in the installation of TacMobile systems. Describe your approach to provide a reliable installation solution that does not require direct TacMobile-funded Government labor at an installation site. Describe how this approach would lower the overall cost of TacMobile installation efforts. (SOW 4.9) 3.5 TacMobile is a Commercial-Off-The-Shelf (COTS)-based, Open systems architecture, system of systems that utilizes a COTS/Government-Off- The-Shelf (GOTS) integrated software baseline. Describe your process in supporting similarly complex systems and the significant technical challenges encountered while providing support, and how the challenges were overcome. (SOW 4.2 4.7) 3.6 Provide recommendations for changes to the current TacMobile system design that would result in significant savings without adversely impacting performance or schedule. Examples of system design changes are architecture simplification and server virtualization. (SOW 4.7) 3.7 Outline a software support strategy capable of synchronizing a System of Systems (SoS) for multiple aircraft platform software releases, Programs of Record (PORs), multiple sets of Information Assurance (IA) requirements and support for legacy platforms. (SOW 4.2 & 4.6) 3.8 TacMobile will need to support MPRF Intelligence, Surveillance, and Reconnaissance (ISR) aircraft including P-3, P-8A and the MQ-4C unmanned aerial vehicle. (SOW 4.7) Outline a plan to provide multi-level security enclaves while retaining or improving upon the following characteristics: Minimal footprint Transportable Modular Scaleable Tailorable Interoperable with P-3, P-8A and MQ-4C Service-Oriented Architecture (SOA) Comprised of components that are certified by the National Security Agency (NSA) or in the process of NSA certification 3.9 Describe how you would approach the development of a new Fly Away Kit capability that provides increased transportability for use by a rapid response P-8 detachment. For additional details about this potential development effort, see TacMobile Program Summary, Section 4.3 Fly Away Kit. (SOW 4.7) 3.10 TacMobile will need to support MPRF ISR data transmission to Maritime Operations Center (MOC) and other intelligence producers via the Navy sensor inputs/networks. Describe your approach to the development of this additional capability. (SOW 4.7) 3.11 Upon reviewing the SOW and other supporting documents, please provide questions or comments on the attached comment spreadsheet. 4.0 REQUESTED INFORMATION White papers in Microsoft Word for Office 2007 compatible format and MS Excel questions on the SOW are due no later than 5 June 2013, 14:00 PDT. White papers and questions shall be submitted via e-mail only to heidi.radaford@navy.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. The white paper should include, at a minimum, the following: A. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. B. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541519, Other Computer Related Services. C. "Small business concern" means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $25M million dollars in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Respondents are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. D. Either (a) a copy of an executed Proprietary Data Protection Agreement (PDPA) with Client Solution Architects or (b) a statement that the respondent will NOT allow the Government to release any proprietary data contained within the white paper submittal to Client Solution Architects. In the absence of either of the foregoing, the Government will assume that the respondent does NOT agree to the release of its submission to Government support contractor. In that event, the white paper will be reviewed by Government personnel only. For Proprietary Data Protection Agreement (PDPA) that would permit TacMobile support contractor Client Solution Architects (CSA) to review white papers submitted in response to this RFI, the respondent shall independently contact Mr. Tim Conroy at timothy.conroy@csaassociates.com. In order to allow sufficient time for the review and execution of PDPAs, respondents are encouraged to initiate contact well in advance of the RFI White Paper due date. Please provide a blank editable copy of a proposed PDPA document for CSA to review and allow two weeks to receive an official response. 5.0 GOVERNMENT FURNISHED INFORMATION (GFI) The TacMobile RFI TDP documents associated with this RFI will be provided to industry on a separate secured site limited to U.S. Department of Defense (DoD) contractors. In order to obtain access to this secured website each company must: a) Sign and return the Bidder's Repository Non-Disclosure Agreement (NDA) posted on the SPAWAR e-commerce website at: https://e- commerce.spawar.navy.mil. b) Have an active DD 2345 certification number on file with the Defense Logistics Information Service (DLIS). To verify if your company has an active DD 2345 on file, please visit the DLIS website at: http://www.dlis.dla.mil/jcp/ c) Submit the following information to Heidi Radaford at: heidi.radaford@navy.mil 1. The company's DD 2345 certification number. 2. The email address and phone number for up to two (2) representatives. Each representative is required to be a U.S. DoD contractor and have a valid DoD or ECA issued PKI certificate to gain access to the website. Following verification of the company's Bidder's Repository NDA and DD 2345 certification number the Government will provide instructions on how to access the TDP documents on the secured site. 6.0 INDUSTRY DISCUSSIONS SPAWAR representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 7.0 QUESTIONS Questions regarding this announcement shall be submitted in writing by e-mail to the Contract Officer. 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. The Government does not guarantee that questions received after 30 April 2013, close of business will be answered. To access the SPAWAR E-Commerce Central website, go to https://e-commerce.spawar.navy.mil. Interested parties are invited to subscribe to the SPAWAR website to ensure they receive any important information updates connected with this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-14-R-0003/listing.html)
 
Record
SN03036340-W 20130417/130415234226-8a02d1f0c93777900c54c2d0eefd9397 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.